Usługi - 205792-2014

Wyświetl widok skrócony

20/06/2014    S117

Belgium-Brussels: Promoting the impact of PCP and PPI procurement in Europe to procurers of ICT solutions — SMART 2014/0018

2014/S 117-205792

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Directorate-General for Communications Networks, Content and Technology, Directorate F, HoU, Unit F2 — Innovation
Postal address: BU25 05/032
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Viorel Peca, Head of Unit
E-mail: cnect-f2@ec.europa.eu
Telephone: +32 22957843
Fax: +32 22998049

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/dgs/connect/index_en.htm

Address of the buyer profile: https://ec.europa.eu/digital-agenda/en/newsroom/all/1374

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=536

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Other: Communications networks, content & technology.
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Promoting the impact of PCP and PPI procurement in Europe to procurers of ICT solutions — SMART 2014/0018.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Contractor's premises.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The subject matter of the contract is:
— to establish contacts with key public procurers for ICT-based solutions across Europe across different sectors of public interest, identify those procurers with potential to procure innovative ICT-based solutions and awaken their interest to undertake a PCP or PPI procurement and to participate in specific events on PCP and PPI,
— to engage with procurers to actively promote the benefits of PCP and PPI to them, in particular by preparing a tool kit and assisting them in how to engage in PCP and PPI in terms of designing and implementing the relevant innovation procurement procedures,
— to organise 1 major EU-wide event per year — 3 in total — (targeting policymakers, procurers, procurement law firms and businesses) to raise awareness about major PCP/PPI initiatives across Europe and organise networking between stakeholders to discuss new ideas and initiatives for EU-wide cooperation on PCP/PPI,
— to organise 9 events across Europe specifically targeted at procurers to disseminate good practice approaches and promote the evidence of the impact to encourage wider use of PCP and PPI across Europe.
II.1.6)Common procurement vocabulary (CPV)

73200000 Research and development consultancy services, 79950000 Exhibition, fair and congress organisation services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Maximum value 500 000 EUR.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 38 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications and the model service contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender specifications.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender specifications.
Minimum level(s) of standards possibly required: See tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender specifications.
Minimum level(s) of standards possibly required:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SMART 2014/0018.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 252-441252 of 31.12.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.9.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 6.10.2014 - 10:00

Place:

avenue de Beaulieu 25, 1160 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: 1 authorised representative of each tenderer may attend the opening of the tenders. Tenderers who wish to attend the opening session have to send an e-mail to the e-mail address cnect-f2@ec.europa.eu to the attention of Ms Edit Ocsko at least 48 h in advance of the opening time.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Digital agenda for Europe (DAE) action 55.
VI.3)Additional information
Tender documents will be available for download at the address indicated under heading I.1. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of the notification of the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: European Commission, Directorate-General for Communications Networks, Content and Technology, Directorate F, HoU, Unit F2 — Innovation
Postal address: BU25 05/032
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: viorel.peca@ec.europa.eu
Telephone: +32 22956125
Internet address: http://ec.europa.eu/dgs/connect/index_en.htm

VI.5)Date of dispatch of this notice:
10.6.2014