Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 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:
Study on the Creation of a CMU Indicators Dashboard
Reference number: FISMA/2019/045/B
II.1.2)Main CPV code79310000 Market research services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this study is to link the proposed indicators with the key Capital Market Union (CMU) objectives, with a view to assess the progress made in specific CMU policy areas, as well as inform future actions. For example, these indicators could help flag potential shortcomings and/or help test the effectiveness of the current legislative and non-legislative measures.
II.1.5)Estimated total valueValue excluding VAT: 350 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)73300000 Design and execution of research and development
79311000 Survey services
79311100 Survey design services
79311300 Survey analysis services
79311210 Telephone survey services
79311400 Economic research services
79311410 Economic impact assessment
79312000 Market-testing services
79313000 Performance review services
79314000 Feasibility study
79330000 Statistical services
66122000 Corporate finance and venture capital services
II.2.3)Place of performanceNUTS 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 co-ordination meetings with the Contracting Authority will be held in Brussels. See procurement documents.
II.2.4)Description of the procurement:
As detailed in the tender specifications, the tasks to be executed under the contract consist of:
— screening of the existing indicators, desk research and development of the methodology and data gathering techniques,
— data collection (quantitative and qualitative) and development of detailed methodology for CMU indicators (development of reliable, usable and replicable CMU indicators); the CMU indicators should be of 2 types: ‘outcome indicators’ (measuring to what extent the key CMU policy objectives have been achieved) and ‘input indicators’ (measuring the key factors leading to the achievement of key CMU objectives),
— empirical analysis (an econometric analysis to test how the input indicators perform in explaining the development of the outcome indicators).
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality and relevance of the proposed methodology / Weighting: 70
Quality criterion - Name: Organisation of the work / Weighting: 15
Quality criterion - Name: Quality control measures / Weighting: 15
Price - Weighting: 30
II.2.6)Estimated valueValue excluding VAT: 350 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 8
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: 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 registersList and brief description of conditions:
See procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See procurement documents and, in particular, the draft contract.
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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/09/2019
Local time: 23:59
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 23/09/2019
Local time: 15:00
Place:
rue de Spa 2, 1000 Brussels, 'Poseidon' meeting room (SPA2, 00/201B)
Information about authorised persons and opening procedure:
A maximum of 2 representatives per tender may attend the opening session. For organisational and security reasons the tenderer must provide the full name, date of birth, nationality and ID or passport number of the representatives at least 2 working days in advance to: EC-FISMA-Contracts@ec.europa.eu.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See procurement documents.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of 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.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification given to the plaintiff or, in the absence thereof, from the day it came to knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend, nor to open a new period for lodging appeals.
VI.5)Date of dispatch of this notice:22/07/2019