Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 273990-2014

Display compact view

12/08/2014    S153

Belgium-Brussels: eHealth action plan 2012–2020: Intermediate evaluation — SMART 2014/0060

2014/S 153-273990

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Official name: European Commission, DG Communications Networks, Content and Technology, Unit H1 — Health and Well-Being
Postal address: avenue de Beaulieu 31 (BU31 01/066)
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Head of Unit, Peteris Zilgalvis
E-mail: cnect-h1@ec.europa.eu
Telephone: +32 22950935
Fax: +32 22960181

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/news-redirect/17593

Electronic access to information: https://ec.europa.eu/digital-agenda/news-redirect/17593

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: Communication networks, content and 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:
eHealth action plan 2012–2020: Intermediate evaluation — SMART 2014/0060.
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 current study should include the assessment of the progress of the e-HAP in every objective by:
1. analysing the added value of having an action plan;
2. providing an overview of the implementation of the e-HAP in the first 2-3 years, including a quantitative and qualitative description of the priorities set, the financial mechanisms used (e.g. operating grants, joint actions, tenders, etc.), the beneficiaries reached, the actions funded, and the intended results;
3. assessing the relevance, effectiveness and efficiency of the funded actions, taking into consideration the fact that the majority of the actions funded will not have provided all the deliverables and final reports when the evaluation takes place, so the assessment of impact will have to be forward-looking. However, some preliminary outcome should be analysed, above all related to the data strategy;
4. assessing the impact and adoption of the policy targets.
This assessment should include desk work on the projects and studies supported by the EC, in addition to a survey with representatives of MSs or other key stakeholders about the progress, impact and added value of the actions which have taken place. The study should look for quantitative and objective indicators. Satisfaction surveys should be complementary.
II.1.6)Common procurement vocabulary (CPV)

79419000 Evaluation consultancy 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: 11 (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:
As indicated in the tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As indicated in the tender specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As indicated in the 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: As indicated in the tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: as indicated in the tender specifications.
Minimum level(s) of standards possibly required: As indicated in the tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As indicated in the tender specifications.
Minimum level(s) of standards possibly required:
As indicated in the 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 2014/0060.
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
IV.3.4)Time limit for receipt of tenders or requests to participate
19.9.2014 - 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: 2.10.2014 - 10:00

Place:

BU 31 (office 01/066).

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 Angelina Sanchez-Munoz by e-mail (angelina.sanchez-munoz@ec.europa.eu), fax (+32 22960181) or letter 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): Horizon 2020 — EU framework programme for research and innovation.
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 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: The Court of Justice of the European Union
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 to the plaintiff, or in 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.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 H1 — Health and Well-Being, attention: Peteris Zilgalvis, Head of Unit
Postal address: BU31, office 01/066
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: cnect-h1@ec.europa.eu
Telephone: +32 22969964
Fax: +32 22960181
Internet address: http://ec.europa.eu/dgs/connect/index_en.htm

VI.5)Date of dispatch of this notice:
31.7.2014