Study on options for consolidation of mandatory disclosure requirements of retail investment products and related services.
Section I: Contracting authority
I.1) Name and addresses
- Official name
- European Commission, Directorate-General for Financial Stability, Financial Services and Capital Markets Union
- National registration number
- -
- Postal address
- SPA2, 07/20
- Town
- Brussels
- Postal code
- 1049
- NUTS code
- BE100 - Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
- Country
- BELGIQUE-BELGIË
- Contact person
- -
- Telephone
- -
- [email protected]
- Fax
- -
Internet address(es)
Main address: https://ec.europa.eu/info/departments/financial-stability-financial-services-and-capital-markets-union_en
Address of the buyer profile: -
I.2) Joint procurement
The contract involves joint procurement: no
In the case of joint procurement involving different countries, state applicable national procurement law: -
The contract is awarded by a central purchasing body: no
I.3) Communication
Additional information can be obtained from
the abovementioned address
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=2835
Tenders or requests to participate must be submitted
the abovementioned address
electronically via: -
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: -
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
Study on options for consolidation of mandatory disclosure requirements of retail investment products and related services.
Reference number: FISMA/2017/060/C.
II.1.2) Main CPV code
Main CPV code: 79311400 - Economic research services
Supplementary CPV code: -
II.1.3) Type of contract
Services
II.1.4) Short description
The overall objective of the study is to examine possible options for developing tools and services to consolidate ‘disclosure information’ of financial products pursuant the obligations of European Union legislation.
II.1.5) Estimated total value
Value excluding VAT: 250.000,00
Currency: EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title
-
Lot No: -
II.2.2) Additional CPV code(s)
Main CPV code: 66171000 - Financial consultancy services
Supplementary CPV code: -
II.2.3) Place of performance
NUTS code: 00 - N/A
Main site or place 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.
II.2.4) Description of the procurement
Identification and description of:
— challenges faced by retail investors in exploiting disclosures,
— existing and planned initiatives in consolidating disclosures,
— options for a tool/service consolidating the disclosures and their impact on stakeholders,
— analysis of preferred option and proposed path for implementation.
II.2.5) Award criteria
Criteria below
Price - Weighting: 30
Quality criterion - Name: Quality and relevance of the proposed methodology / Weighting: 65
Quality criterion - Name: Organisation of the work / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 10
II.2.6) Estimated value
Value excluding VAT: 250.000,00
Currency: EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: no
Description of renewals: -
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates: -
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
Description of options: -
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
-
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 selection criteria:See tender specifications.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents: yes
List and brief description of selection criteria:-
Minimum level(s) of standards possibly required:-
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents: yes
List and brief description of selection criteria:-
Minimum level(s) of standards possibly required:-
III.1.5 Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: no
The execution of the contract is restricted to the framework of sheltered employment programmes: no
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession: -
Reference to the relevant law, regulation or administrative provision: -
III.2.2) Contract performance conditions
See tender specifications and draft service contract.
III.2.2) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: yes
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: no
In the case of framework agreements, provide justification for any duration exceeding 4 years: -
The procurement involves the setting up of a dynamic purchasing system: no
The dynamic purchasing system might be used by additional purchasers: no
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations: no
IV.1.6) Information about electronic auction
An electronic auction will be used: no
Additional information about electronic auction: -
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S: -
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31-10-2017
Local time: -
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
BG, CS, DA, DE, EL, EN, ES, ET, FI, FR, GA, HR, HU, IT, LT, LV, MT, NL, PL, PT, RO, SK, SL, SV
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9
IV.2.7) Conditions for opening of tenders
Date: 07-11-2017
Local time: 14:30
Place: Meeting Room 03/A007, rue de Spa 2, 1000 Brussels, BELGIUM.
Information about authorised persons and opening procedure: A maximum of 2 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: [email protected] Failing that, the contracting authority reserves the right to refuse access to its premises.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
Estimated timing for further notices to be published: -
VI.2) Information about electronic workflows
Electronic ordering will be used: no
Electronic invoicing will be accepted: no
Electronic payment will be used: no
VI.3) Additional information
-
VI.4) Procedures for review
VI.4.1) Review body
- Official 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
- Telephone
- +352 4303-1
- [email protected]
- Fax
- +352 4303-2100
- Internet address
- http://curia.europa.eu/
VI.4.2) Body responsible for mediation procedures
- Official name
- -
- Postal address
- -
- Town
- -
- Postal code
- -
- Country
- -
- Telephone
- -
- -
- Fax
- -
- Internet address
- -
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: 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 or to open a new period for lodging appeals.
VI.4.4) Service from which information about the review procedure may be obtained
- Official name
- -
- Postal address
- -
- Town
- -
- Postal code
- -
- Country
- -
- Telephone
- -
- -
- Fax
- -
- Internet address
- -
VI.4.5) Date of dispatch of this notice
18-09-2017