There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 335604-2018

02/08/2018    S147

Belgium-Brussels: Study on supply chain finance

2018/S 147-335604

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=3894
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 supply chain finance

Reference number: FISMA/2018/043/C
II.1.2)Main CPV code
79311400 Economic research services
II.1.3)Type of contract
Services
II.1.4)Short description:

As part of the Mid-term Review of the Capital Markets Union (CMU) Action Plan, the Commission is seeking to obtain a comprehensive analysis of the supply chain finance (SCF) market and applicable regulatory landscape at EU and Member State level, identifying barriers to the SCF growth and cross-border development and potential ways to overcome them, as well as best practices that can be replicated.

II.1.5)Estimated total value
Value excluding VAT: 400 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79111000 Legal advisory services
79220000 Fiscal services
79311000 Survey services
79411000 General management consultancy services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

See procurement documents.

II.2.4)Description of the procurement:

The tasks to be carried out are:

(i) provision of a comprehensive picture of the supply chain finance market in terms of data, developments, funding models and main market participants, as well as understanding of how the latest FinTech innovations can benefit the market;

(ii) provision of an in-depth understanding of the applicable regulatory landscape for supply chain finance at EU and Member State level, including investor protection aspects;

(iii) identification and evaluation of the regulatory and market barriers to the growth and cross-border development of the supply chain finance market and potential ways to overcome them;

(iv) creation of a repository of best practices on supply chain finance, in particular related to cross-border activities.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality and relevance of the proposed methodology / Weighting: 80
Quality criterion - Name: Organisation of the work / Weighting: 10
Quality criterion - Name: Quality control measures / Weighting: 10
Price - Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 10
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

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 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: 27/09/2018
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: 04/10/2018
Local time: 14:00
Place:

Tenders will be opened in public session on 4.10.2018 - 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:
26/07/2018