Services - 696724-2022

15/12/2022    S242

Greece-Athens: Supporting Analysis of Cybersecurity Investments and Business Resilience (Relaunched)

2022/S 242-696724

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Agency for Cybersecurity (ENISA), ENISA.ED.PDI – Policy Development and Implementation Unit
Postal address: Agamemnonos 14, Chalandri, Attiki
Town: Athens
NUTS code: EL303 Κεντρικός Τομέας Αθηνών / Kentrikos Tomeas Athinon
Postal code: 15231
Country: Greece
E-mail: procurement@enisa.europa.eu
Internet address(es):
Main address: https://enisa.europa.eu/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=12967
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=12967
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Supporting Analysis of Cybersecurity Investments and Business Resilience (Relaunched)

Reference number: ENISA/2022/OP/0026
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

ENISA is looking to contract services that will support:

(a) the collection and processing of data on:

— cybersecurity investments and operational resilience of private and public sector entities;

— other topics of interest (e.g. cost of incidents, supply chain aspects etc.) with a focus on providing evidence for policy decisions;

(b) the assessment of the impact of policy on cybersecurity investments and business resilience in the EU;

(c) the identification of:

— market tendencies and large expected shifts, including the identification of tendencies that drive strategy and investments;

— trends on cybersecurity, including how operators organise their cybersecurity, resource/skills gaps and forecasts and market demand/supply side evolution;

(d) the development of:

— insights in any other issue relevant to the economics of cybersecurity;

— methodologies, taxonomies and terminologies for collecting data on and understanding the impact of cybersecurity investments.

II.1.5)Estimated total value
Value excluding VAT: 1 200 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: EL303 Κεντρικός Τομέας Αθηνών / Kentrikos Tomeas Athinon
Main site or place of performance:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.4)Description of the procurement:

Supporting analysis of cybersecurity investments and business resilience (relaunched).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Please consult the procurement documents available at the address indicated in Section I.3).

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 registers
List and brief description of conditions:

Please consult the procurement documents available at the address indicated in Section I.3).

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in Section I.3).

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/01/2023
Local time: 18:00
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/01/2023
Local time: 09:30
Place:

Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.

Information about authorised persons and opening procedure:

Please consult the procurement documents available at the address indicated in Section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last 5 calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in Section I.3).

VI.5)Date of dispatch of this notice:
08/12/2022