Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Taxation and Customs Union.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of effective tax rates and related supporting services.
Reference number: TAXUD/2017/AO-02.
II.1.2)Main CPV code79300000 Market and economic research; polling and statistics
II.1.3)Type of contractServices
II.1.4)Short description:
The call for tenders covers 2 types of services:
lot 1: access to a database, along with an annual report, and a calculator of comparable forward-looking indicators relating to effective levels of company taxation using a model approach based on the Devereux-Griffith methodology for the time span 2005–2020;
lot 2: provision of on-demand supporting services for the performance of ad hoc economic analyses with respect to the development of effective tax burdens over time and the impact of specific corporate tax reforms in the EU using an additional model.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Access to a database, along with an annual report, and a calculator of comparable forward-looking indicators relating to effective levels of company taxation
Lot No: 1
II.2.2)Additional CPV code(s)79311400 Economic research services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
From the contractor's usual premises in the EU territory. All information/data processed by the contractor in the context of the performance of the contract must remain stored exclusively in the EU.
II.2.4)Description of the procurement:
Using a model approach based on the Devereux-Griffith methodology for the time span 2005–2020, external expertise is sought for such services in order to ensure data quality, coverage, availability, quick response, accuracy, continuous monitoring, standardised formatting and comparability.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Provision of on-demand supporting services for the performance of ad hoc economic analyses
Lot No: 2
II.2.2)Additional CPV code(s)79311400 Economic research services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
From the contractor's usual premises in the EU territory. All information/data processed by the contractor in the context of the performance of the contract must remain stored exclusively in the EU.
II.2.4)Description of the procurement:
External expertise is sought to carry out a number of ad hoc economic analyses on specific corporate tax topics as identified by the Commission. The topics to be examined are related to the analysis of fiscal aspects with respect to the development of effective tax burdens over time and the impact of specific corporate tax reforms in the EU within the framework of the Commission work programme and important corporate tax developments on the national, European and international level.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
As stated in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/07/2017
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 24/07/2017
Local time: 10:00
Place:
rue Joseph II 79, 1000 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
Subject to prior request, 1 representative per tenderer only.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
For each lot, complementary services may be requested by the Commission according to the conditions foreseen in Article 104.5 of the Financial Regulation and in Article 134.1(e) of the rules of application, for a maximum value of 50 % of the framework contract's awarded amount.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address:
http://www.ombudsman.europa.eu VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:24/05/2017