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 Sustainability Ratings and Research
Reference number: FISMA/2019/046/C
II.1.2)Main CPV code79310000 Market research services
II.1.3)Type of contractServices
II.1.4)Short description:
This study will:
(i) provide a state of play of the sustainability-related products and services market,
(ii) establish an inventory and classification of actors and sustainability products/services available in the market,
(iii) explore the use and quality of sustainability-related products and services, and
(iv) provide the European Commission with recommendations and best practices to stimulate demand and improve the quality of supply.
II.1.5)Estimated total valueValue excluding VAT: 250 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)73200000 Research and development consultancy services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The tasks are to be performed at the premises of the contractor. A maximum of 6 meetings can take place in Brussels and/or Paris (see tender specifications).
II.2.4)Description of the procurement:
The study shall:
— describe the state of play in the sustainability-related products and services market, from an economic and legal standpoint,
— identify and classify sustainability-related products and services, and their providers and explore their business models per category of providers,
— analyse the source and type of data used by sustainability-related products and services providers,
— analyse the data assessment process and transparency of methodologies of ESG ratings,
— analyse the use of sustainability-related products and services by both investors and corporate companies,
— provide the European Commission with some recommendations and best practices in relation to the abovementioned sections of the study.
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: 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 9
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
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.2.3)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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 23/09/2019
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: 25/09/2019
Local time: 10:00
Place:
Rue de Spa 2, 1000 Brussels.
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. Failing that, the contracting authority reserves the right to refuse access to its premises.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
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:02/08/2019