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 differences between bank insolvency laws and on their potential harmonisation
Reference number: FISMA/2018/053/E
II.1.2)Main CPV code73110000 Research services
II.1.3)Type of contractServices
II.1.4)Short description:
The study is commissioned in order to obtain a comprehensive analysis of bank insolvency laws in the European Union Member States and the possibility for harmonisation of these laws.
II.1.5)Estimated total valueValue excluding VAT: 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79111000 Legal advisory services
79311400 Economic research services
72316000 Data analysis 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 4 co-ordination meetings with the contracting authority will be held in Brussels.
II.2.4)Description of the procurement:
The study should gather information on bank insolvency regimes in the Member States and their practical appliocation.
For this purpose, the study should include:
(i) a comparison of the legal frameworks,
(ii) an analysis of the interaction between bank insolvency regimes and resolution regimes,
(iii) an analysis of the potential disadvantages of a non-harmonised bank insolvency regime and (iv) an identification of different options for the harmonisation of bank insolvency laws and an assessment of the potential feasibility, benefits, obstacles and impact of these options.
II.2.5)Award criteriaCriteria 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 valueValue excluding VAT: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 7
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 service 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: 12/10/2018
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: 19/10/2018
Local time: 14:00
Place:
Tenders will be opened in public session on 19.10.2018 — Meeting room 06/A030 – Rue de Spa, no 2 – B-1000 Brussels.
Information about authorised persons and opening procedure:
A maximum of two representatives per tender can attend the opening of tenders. For organisational and security reasons, the tenderer must provide the full name and ID or 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 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 Luxembourg
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 two months of the notification to the plaintiff or, in the absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend or to open a new period for lodging appleals.
VI.5)Date of dispatch of this notice:31/08/2018