Services - 244629-2015

Display compact view

14/07/2015    S133

Belgium-Brussels: Study on a marketing plan to stimulate the take-up of eID and trust services for the digital single market — SMART 2015/0046

2015/S 133-244629

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, Task Force Legislation Team (eIDAS)
Postal address: BU25 04/151
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Central Financial Unit
For the attention of: Mr Andrea Servida — Head of Task Force
E-mail: cnect-r2-eoi@ec.europa.eu

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/call-for-tenders/

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=745

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
General public services
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:
Study on a marketing plan to stimulate the take-up of eID and trust services for the digital single market — SMART 2015/0046.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 10: Market research and public opinion polling services
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 objective of the study is to investigate the economic potentials of e-identification and trust services (eID and eTSs) in a fully integrated digital single market at EU level (including e-government) and also taking the international dimension inherent to trust services.
To that end the study will, as far as possible with the available budget, carry out a market analysis and then yield a marketing plan aiming at stimulating the take-up of eID and trust services to their maximal capability. The study should investigate at least market segmentation, value proposition, channels, packaging, delivery using the usual approach and methodology for a marketing study. It includes a marketing plan for public administrations in the EU to promote e-government services using eID and eTSs.
However, the contractor should validate its findings with 1 or more channel partners. It should have the capacity to engage key stakeholders (beyond sending them a questionnaire) because the stakeholders that should be stimulated should have the possibility to contribute with their own experience on market segmentation, value proposition, etc. In particular, the contractor will need to liaise with DG Informatics' CEF Stakeholder Management Office on potential stakeholders for CEF DSI building blocks as well as with the e-SENS project consortium.
Finally, the study should then deliver a set of examples/templates for take-up.
II.1.6)Common procurement vocabulary (CPV)

79310000 Market research 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: 200 000 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: 19 (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:
See tender specifications and model service contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications and 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:
III.1.4)Other particular conditions
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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
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 2015/0046.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 2-001300 of 3.1.2015

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
4.9.2015 - 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
IV.3.8)Conditions for opening of tenders
Date: 21.9.2015 - 15:00

Place:

avenue de Beaulieu 25, Commission building BU25, 0/S10, 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 tenders. Tenderers who wish to attend the opening session have to inform Ms Agnieszka Piasecka by e-mail to cnect-r2-eoi@ec.europa.eu and specify the name of the person who will attend the opening, at least 48 hours in advance.

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): WP 2015 eCommunication.
VI.3)Additional information
Tender documents will be available at the address indicated under heading I.1. The website will be updated regularly and it is the tenderer's 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 the 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, DG Communications Networks, Content and Technology, Unit R2 — Finance, attention: Marie-Christine Laffineur
Postal address: Office: BU25 04/024
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: marie-christine.laffineur@ec.europa.eu
Internet address: http://ec.europa.eu/dgs/connect/index_en.htm

VI.5)Date of dispatch of this notice:
2.7.2015