Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from another 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:
Framework of best practices to tackle child sexual abuse online — SMART 2017/0066.
Reference number: SMART 2017/0066.
II.1.2)Main CPV code73210000 Research consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Analysis of the legal environments in which Internet hotlines processing reports on child sexual abuse content online operate. The outcomes of the study will feed into concrete recommendations on how hotlines and the network of hotlines can improve their capacity and capability and enlarge their portfolio to contribute to the effective removal of child sexual abuse material (CSAM). Qualitative research will cover all EU Member States, identifying the challenges and obstacles faced by the hotlines tackling child sexual abuse content. The research will include a comprehensive and thorough analysis of the specific situation in each Member State.
II.1.5)Estimated total valueValue excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79419000 Evaluation consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg (Grand-Duché)
II.2.4)Description of the procurement:
Analysis of the legal environments in which Internet hotlines processing reports on child sexual abuse content online operate. The outcomes of the study will feed into concrete recommendations on how hotlines and the network of hotlines can improve their capacity and capability and enlarge their portfolio to contribute to the effective removal of child sexual abuse material (CSAM). Qualitative research will cover all EU Member States, identifying the challenges and obstacles faced by the hotlines tackling child sexual abuse content. The research will include a comprehensive and thorough analysis of the specific situation in each Member State and include the following:
— a description of how and on which legal basis the hotlines work with various stakeholders such as law enforcement, ministries and hosting Internet service providers,
— an assessment of the efficiency of the procedures put in place for cooperating with stakeholders and for removing and monitoring the content assessed as child sexual abuse content, at national level, on EU- and global cross-border level,
— an assessment of the appropriateness of the technical infrastructure, including security measures,
— an assessment of performance indicators,
— an assessment of data management by the hotlines,
— an assessment of the visibility of the hotlines.
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 valueValue excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
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: yes
Identification of the project: Pilot project — framework of best practices to tackle online child sexual abuse.
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:
See Internet address provided in Section I.3.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See Internet address provided in Section I.3.
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 25/09/2017
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, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.7)Conditions for opening of tendersDate: 10/10/2017
Local time: 11:30
Place:
Room EUFO 00/280, 10, rue Robert Stumper, L-2557 Luxembourg, LUXEMBOURG.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:04/07/2017