Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from 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:
Feasibility Study for a European Asset Registry in the Context of the Fight Against AML and Tax Evasion
Reference number: FISMA/2021/OP/0001
II.1.2)Main CPV code79314000 Feasibility study
II.1.3)Type of contractServices
II.1.4)Short description:
Collection of data and interconnection of registers is a key instrument under EU law to speed up access for competent authorities to financial information and facilitate cross-border cooperation. This project shall look into various possibilities for collecting information to set up an asset registry which may afterwards feed into a future policy initiative. It shall aim at exploring how to collect and link information available from various sources on asset ownership (e.g. land registries, company registers, trusts and foundations registers, central depositories of securities ownership, etc.) and analyse the design, scope, and challenges for such a Union asset registry. The possibility to include in the registry data related to the ownership of other assets such as cryptocurrencies, works of art, real estate, and gold, shall also be considered.
II.1.5)Estimated total valueValue excluding VAT: 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79314000 Feasibility study
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
The Pavilion (SPA2), Rue de Spa 2, B-1000 Brussels, BELGIUM.
II.2.4)Description of the procurement:
Feasibility Study for a European asset registry in the context of the fight against AML and tax evasion.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 15
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: yes
Identification of the project:
Please consult the procurement documents available at the address indicated in section I.3).
II.2.14)Additional information
Please consult the procurement documents available at the address indicated in section I.3).
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:
Please consult the procurement documents available at the address indicated in section I.3).
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:
Please consult the procurement documents available at the address indicated in section I.3).
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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 01/10/2021
Local time: 15:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 04/10/2021
Local time: 10:00
Place:
Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.
Information about authorised persons and opening procedure:
Please consult the procurement documents available at the address indicated in section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in section I.3) in the last 5 calendar days before the time limit for receipt indicated in section IV.2.2), the Contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in section I.3) in order to get notified when new information or documents are published.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in section I.3).
VI.5)Date of dispatch of this notice:09/07/2021