Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Financial Stability, Financial Services and Capital Markets Union
Postal address: SPA2, 07/20
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1049
Country: Belgium
E-mail:
ec-fisma-contracts@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/dgs/finance/index_en.htm 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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Mid-cap financing survey.
Reference number: FISMA/2016/031/B.
II.1.2)Main CPV code79311000 Survey services
II.1.3)Type of contractServices
II.1.4)Short description:
The service consists in applying a survey on sources of financing for mid-cap companies, i.e. (i) run the actual survey where the sample of firms is already identified and the analytical tools are developed as part of the first phase of this study; (ii) apply the analytical tools developed during the first phase of this study in analysing the primary data obtained through the survey, including by matching it with secondary data on bank-level and firm-level characteristics.
II.1.5)Estimated total valueValue excluding VAT: 320 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79311200 Survey conduction services
79300000 Market and economic research; polling and statistics
79330000 Statistical services
72316000 Data analysis services
72314000 Data collection and collation services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The tasks to be executed consist mainly in:
1. designing the survey in accordance with response rate driven approach (as opposed to quota sampling methodology) and in such a way, so as to obtain a representative set of primary data from both treatment and control sample of firms;
2. running the survey on the sample provided to the contractor to obtain data on the EU NFCs' financing choices in line with the indicative methodology (see Section 3.4), which includes a proposed questionnaire;
3. performing statistical and econometric analysis to match the firm-level primary data obtained through the survey, on the one hand, with bank-level credit supply data and firm-level characteristics sourced from proprietary databases, on the other, in line with the proposed methodology;
4. reporting the findings in English.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality and relevance of the proposed working method / Weighting: 60
Quality criterion - Name: Organisation of work / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
Price - Weighting: 35
II.2.6)Estimated valueValue excluding VAT: 320 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 11
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
See procurement documents.
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:
See tender specifications.
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.2.2)Contract performance conditions:
See tender specifications and the draft service 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 system
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: 29/09/2016
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:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/10/2016
Local time: 14:00
Place:
Tenders will be opened in a public session on 7.10.2016 (14:00) — meeting room 06/A030, rue de Spa 2, 1000 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
A maximum of 2 representatives per tender can attend the opening of tenders. For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: EC-FISMA-CONTRACTS@ec.europa.eu
Failing that, the contracting authority reserves the right to refuse access to its premises.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in the absence thereof, of the day on which it came to the knowledge. 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.5)Date of dispatch of this notice:26/07/2016