Vi har nöjet att meddela att en ny version av TED-portalen kommer att släppas den 29 januari 2024 (preliminärt datum)! Vill du veta mer om de nya funktionerna och vilka förbättringar vi har gjort? Du hittar svaren i vår artikel om den nya versionen av TED.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

En bugg påverkar just nu hur webbadresser visas i eForms-meddelanden. Vi jobbar med att lösa problemet. Under tiden föreslår vi att du tar bort kommatecknet (eller eventuella andra specialtecken) i slutet av webbadressen. Vi ber om ursäkt för det inträffade.

Tjänster - 456360-2015

Visa förkortad version

26/12/2015    S250

Greece-Heraklion: A framework on appropriate security measures for the processing of personal data

2015/S 250-456360

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Union Agency for Network and Information Security
Postal address: PO Box 1309
Town: Heraklion
Postal code: 710 01
Country: Greece
Contact person: Procurement Officer
E-mail: procurement@enisa.europa.eu
Telephone: +30 2814409710
Fax: +30 2810391410

Internet address(es):

General address of the contracting authority: http://www.enisa.europa.eu

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1242

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Other: Network information security.
I.4)Contract award on behalf of other contracting authorities
The 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:
A framework on appropriate security measures for the processing of personal data.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
Main site or location of works, place of delivery or of performance: Usually at the contractor's own premises.

NUTS code GR431 Irakleio

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)
The goal of this study is to design and propose a framework that will support small and medium organisations in implementing appropriate security measures for the processing of personal data.
More specifically the objectives of this study are:
provide guidelines on how to perform security risk assessment for the electronic processing of personal data. Propose possible organisational and technical security measures for different information security domains labelled ‘classified’ based on the level of risk. Provide use cases as guidance on how to apply to proposed framework.
II.1.6)Common procurement vocabulary (CPV)

73000000 Research and development services and related consultancy services, 73200000 Research and development consultancy services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 55 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.4.2016. Completion 31.10.2016

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As stated in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in the tender documentation.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: As stated in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
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 criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ENISA D-COD-16-T09.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.2.2016 - 23:59
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 10.2.2016 - 10:30

Place:

ENISA, Science and Technology Park of Crete, Vassilika Vouton, 700 13 Heraklion, GREECE.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: 1 representative of each tendering party. Tenderers wishing to attend must send an email to procurement@enisa.europa.eu at least 2 working days prior to the opening session.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The 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 procedures

Official name: Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer, Kirchberg
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1

Body responsible for mediation procedures

Official name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.12.2015