Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Covered bonds in the European Union: harmonisation of legal frameworks and market behaviour.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 6: Financial services a) Insurances services b) Banking and investment services
Main site or location of works, place of delivery or of performance: The tasks are to be performed at the premises designated by the contractor. A maximum of 3 coordination meetings with the contracting authority will be held in Brussels.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
As part of the CMU project, the European Commission is undertaking an in-depth review of European covered bond markets performance against the backdrop of the financial crisis, which triggered a significant fragmentation between covered bonds markets and made funding increasingly difficult for credit institutions in different Member States. The European Commission is looking to assess whether there is merit in developing an integrated pan-European framework for covered bonds as a means to reduce fragmentation between national covered bonds markets, restore investor confidence where needed and facilitate issuance and investment where it may be facing difficulties.
II.1.6)Common procurement vocabulary (CPV)66000000 Financial and insurance services, 66100000 Banking and investment services, 66110000 Banking services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated maximum amount for the execution of all the tasks referred to in this call for tenders is 225 000 EUR including all charges and expenses, including travel and subsistence expenses. No contract offer above this amount will be considered.
Estimated value excluding VAT: 225 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 6 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Commission may request tenderers to provide a guarantee or a performance guarantee under the conditions provided in the tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not applicable.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Tenderers will fill in the form provided with the tender specifications and provide the documents requested in it.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Quality and relevance of the proposed methodology. Weighting 60
2. Organisation of the work. Weighting 20
3. Quality control measures. Weighting 20
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
FISMA/2015/106/D.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.1.2016
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 14.1.2016 - 14:00
Place:
European Commission, Directorate-General for Financial Stability, Financial Services and Capital Markets Union, meeting room 01/A030, rue de Spa 2, 1000 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 person representing the tenderer may be present at the opening session. Companies wishing to attend are requested to notify their intention by sending an e-mail to ec-fisma-contracts@ec.europa.eu at least 48 hours in advance. This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening of the bids on the tenderer's behalf.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial 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 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in the absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:12.11.2015