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 - 355938-2019

30/07/2019    S145

Belgium-Brussels: Development of Tools and Mechanisms for the Integration of ESG Factors into the EU Banking Prudential Framework and into Banks' Business Strategies and Investment Policies

2019/S 145-355938

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, 07/027
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=5201
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5201
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:

Development of Tools and Mechanisms for the Integration of ESG Factors into the EU Banking Prudential Framework and into Banks' Business Strategies and Investment Policies

Reference number: FISMA/2019/024/D
II.1.2)Main CPV code
79311400 Economic research services
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of the study is to provide the Contracting Authority with input to facilitate the achievement of the following objectives:

— integrating environmental, social and governance (ESG) risks into EU banks' risks management processes,

— integrating ESG risks into EU prudential supervision,

— integrating ESG objectives into EU banks' business strategies and investment policies.

II.1.5)Estimated total value
Value excluding VAT: 550 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79310000 Market research services
79311000 Survey services
79314000 Feasibility study
79330000 Statistical 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 5 co-ordination meetings with the Contracting Authority will be held in Brussels. See tender specifications.

II.2.4)Description of the procurement:

The successful tenderer will have to carry out the following tasks:

I. Identification and stocktaking of best practices/principles for the integration of ESG risks into EU banks' risk management processes;

II. Identification and stocktaking of best practices/principles for the integration of ESG risks into EU prudential supervision;

III. Analysis of the impediments to the development of a well-functioning EU market for green finance and sustainable investment and the identification of appropriate instruments and strategies to promote the scaling-up of green finance and of the market for sustainable financial products.

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: 550 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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: 09/10/2019
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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 11/10/2019
Local time: 14:30
Place:

Rue de SPA 2, 00/201B (room Poséidon), B-1049 Brussels.

Information about authorised persons and opening procedure:

A maximum of 2 representatives per tender can attend the opening of tenders. For organisational and security reasons, the tenderer must provide the full name and ID 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
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the notification to the plaintiff or, in the absence thereof, of the day on which it came 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:
23/07/2019