В момента има проблем с показването на URL адреси в обявленията въз основа на електронните формуляри. Работим по неговото отстраняване. Като временно решение ви предлагаме да изтривате запетаята (или друг специален знак), която се появява в края на URL адреса. Извиняваме се за неудобството.

Услуги - 298069-2018

11/07/2018    S131

Belgium-Brussels: Study on options for development of online tools and services supporting retail investors in investment decisions

2018/S 131-298069

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission — Directorate General for Financial Stability, Financial Services and Capital Markets Union
Postal address: SPA2, 07/029
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
E-mail: ec-fisma-contracts@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/financial-stability-financial-services-and-capital-markets-union_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3823
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Study on options for development of online tools and services supporting retail investors in investment decisions

Reference number: FISMA/2017/117(05)/C
II.1.2)Main CPV code
79311400 Economic research services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of the study is to:

— Map the most suitable existing and emerging solutions of online tools and services supporting retail investors in investment decisions in the EU and worldwide and assess their risks and opportunities from a consumer perspective,

— Propose options for non-legislative initiatives at the EU level and provide their assessment,

— Identify a preferred option(s) and provide a project description for its implementation,

The study should consider options to support (further) development of private or public initiatives (e.g. on-line calculators, public databases, private-public initiatives).

II.1.5)Estimated total value
Value excluding VAT: 300 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
66171000 Financial consultancy services
79312000 Market-testing services
79314000 Feasibility study
79311410 Economic impact assessment
79311400 Economic research services
72316000 Data analysis services
72330000 Content or data standardization and classification services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

The tasks are to be performed at the premises designated by the contractor. A maximum of 3 coordination meetings with the contracting authority will be held in Brussels.

II.2.4)Description of the procurement:

The contractor is requested to carry out the following tasks and provide the following:

(1) Carry out a mapping and an analysis of existing or emerging solutions supporting retail investors in selecting investment products, in particular:

a) Describe the tools and services in the European Union and worldwide that help investors overcome the challenges they encounter when searching and comparing retail investment products and describe the risks and the opportunities for consumers using these tools;

b) Identify European or international practices that could be taken as an example, or as a starting point to be developed into an EU wide tool or service;

c) Identify the shortcomings of existing solutions; in particular describe how a potential conflict of interest stemming from financing models is (or is not) addressed.

(2) Propose at least 3 options for non-legislative initiatives at EU level and their assessment;

The description of the proposed options should include at least the following:

a) Value added of the proposed option for all the stakeholders concerned;

b) Impact on existing market and stakeholders;

c) Synergies and interoperability with existing tools and services;

d) Form and technical set-up that it might take e.g. an on-line platform, website, application;

e) Data collection, storage and consolidation process, including the role and responsibility of players involved;

f) How presentation of complete, fair and easy to understand results will be ensured;

g) Key stakeholders responsible for development and operations;

h) Financial needs and their sources, specifically need for public funding at national or EU levels and their form;

i) Describe whether it can be implemented in the EU within the existing legal and regulatory framework or which changes in EU law would be required;

j) Other legal, regulatory and technical constraints to be resolved.

These options should be compared to a "business as usual scenario" i.e. an organic development of the market for data consolidation led by commercial entities. The "business as usual scenario" should specifically take into account that there are already private initiatives which provide specialist information and analytical services for their clients.

(3) Propose a path for implementation of the preferred option(s), in particular:

a) Identify the preferred option and explain the reasoning;

b) Provide a Project Description that should inter alia specify: the overview of the project, its objectives, benefits, implementation method, timeline, requirements, estimated financial resources and their form and expected outcomes.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality and relevance of the proposed methodology / Weighting: 75
Quality criterion - Name: Organisation of the work / Weighting: 15
Quality criterion - Name: Quality control measures / Weighting: 10
Price - Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

See procurement documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See procurement documents.

III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open 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 participate
Date: 24/09/2018
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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 01/10/2018
Local time: 14:00
Place:

Tenders will be opened in public session on 1.10.2018 at 14:00 — Meeting room 06/A030 – rue de Spa nº 2, B-1000 Bruxelles.

Information about authorised persons and opening procedure:

A maximum of two 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 recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925 Luxembourg
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within two months of the notification to the plaintiff or, in the absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend or to open a new period for lodging appeals.

VI.5)Date of dispatch of this notice:
29/06/2018