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 Economic Implementing Framework of a Possible EU Child Guarantee Scheme Including its Financial Foundation
Reference number: VT/2019/015
II.1.2)Main CPV code79311400 Economic research services - EA02
II.1.3)Type of contractServices
II.1.4)Short description:
The study aims at defining an economic implementing framework for a possible EU child guarantee that is in accordance with the 2013 Comm. Recommendation on Investing in Children. The economic and financial framework should be designed in line with the results of the PA ‘Study on the feasibility of a Child Guarantee For Vulnerable Children’. At the same time, synergies and economies of scale allowing for the re-dimensioning 2/4 of a guarantee scheme should be identified and examined. The overall objective of this action is thus to prepare a detailed comprehensive study exploring what would be the most cost-effective strategy for the competent authorities to realise in practice such a child guarantee for all children a risk of poverty in the EU. This study should aim at providing a thorough economic and financial analysis of the design, feasibility, governance and implementation options of a possible future child guarantee scheme in all EU Member States.
II.1.5)Estimated total valueValue excluding VAT: 600 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)85311300 Welfare services for children and young people
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
The main place of performance of the tasks shall be contractor's premises or any other place indicated in the tender, with the exception of the commission's premises.
II.2.4)Description of the procurement:
See technical specifications.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
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:
European Parliament's Preparatory Action: Child Guarantee Scheme / Establishing a European child guaranteeand financial support
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 tender specifications.
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 internet address provided in Section I.3.
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: 20/09/2019
Local time: 12:00
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: 23/09/2019
Local time: 10:00
Place:
European Commission, DG EMPL rue Joseph II, 27 B-1000, Brussels.
Information about authorised persons and opening procedure:
1 authorised representative of each tenderer may attend the opening of tenders, duly mandated by letter. Tenderers who wish to attend the opening session have to inform by e-mail: EMPL-VT-2019-015@ec.europa.eu and specify the name of the person who will attend the opening, at least 48 hours in advance.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Tender documents will be available for download 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.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Postal address: 1, avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address:
https://www.ombudsman.europa.eu/fr/home VI.5)Date of dispatch of this notice:02/08/2019