Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Communication networks, content and technology.
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Analysis of the value of the new generation of e-government services and how the public sector can become an agent of innovation through ICT — SMART 2014/0066.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
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 subject matter of the contract is a study which will analyse the value of the new generation of e-government services and how the public sector can become an agent of innovation through ICT. The study will:
(i) produce a taxonomy (categorisation) of the new generation of e-government services based on the open government aspects;
(ii) carry out an analysis of the value, including the costs and benefits of the different groups of the new generation of e-government services, also taking into account non-monetary benefits; and
(iii) provide an analysis, including recommendations, on how the public sector could become an agent of innovation through ICT.
Results of the study would provide evidence for public administrations and policymakers to facilitate the emergence of new generation e-government services and contribute to achieving several goals of the e-government action plan 2011–2015, especially around empowerment. In addition, the study will provide guidance for public administrations on how to harness innovation through ICT in order to enhance public value.
II.1.6)Common procurement vocabulary (CPV)79419000 Evaluation consultancy services, 73200000 Research and development 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)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Maximum value: 350 000 EUR.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 15 (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 and model service contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As indicated in the tender specifications and model service contract.
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 conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As indicated in the tender specifications.
III.2.2)Economic and financial abilityInformation 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 capacityInformation 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 professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SMART 2014/0066.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate26.11.2014 - 12:00
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 28.11.2014 - 13:00
Place:
BU 31 (Office 0/84).
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 electronic opening of tenders. Tenderers who wish to attend the opening session have to inform Ms Caroline Loquerie by e-mail (cnect-smart-2014-0066_analysis-egov-services@ec.europa.eu), by fax (+32 22961740) or letter at least 48 hours in advance.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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 research and innovation programme.
VI.3)Additional information
Tender documents will be available at the address indicated under heading I.1. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period. The Commission will not be liable if tenderers do not take notice of the additional information published on the website with regard to the present call for tenders.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or in absence thereof, of the day it came to knowledge of the plaintiff. 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 VI.5)Date of dispatch of this notice:7.10.2014