TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 ›...

17
1 EUROPEAN COMMISSION DIRECTORATE-GENERAL REGIONAL AND URBAN POLICY Policy Development, Strategic Management and Inter-Institutional Relations Brussels, REGIO.DDG1.01(2015) CALL FOR TENDERS N° 2015CE16BAT065 STUDY ON Improving the take up and effectiveness of financial instruments TENDER SPECIFICATIONS Ref. Ares(2015)3158440 - 28/07/2015

Transcript of TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 ›...

Page 1: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

1

EUROPEAN COMMISSION DIRECTORATE-GENERAL REGIONAL AND URBAN POLICY Policy Development, Strategic Management and Inter-Institutional Relations

Brussels, REGIO.DDG1.01(2015)

CALL FOR TENDERS

N° 2015CE16BAT065

STUDY ON

Improving the take up and effectiveness of financial

instruments

TENDER SPECIFICATIONS

Ref. Ares(2015)3158440 - 28/07/2015

Page 2: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

2

TABLE OF CONTENTS

1. INFORMATION ON TENDERING .......................................................................... 3

1.1. Participation ....................................................................................................... 3

1.2. Contractual conditions ....................................................................................... 3

1.3. Joint tenders ....................................................................................................... 3

1.4. Subcontracting ................................................................................................... 3

1.5. Content of the tender ......................................................................................... 4

1.6. Identification of the tenderer: legal capacity and status .................................... 4

2. TECHNICAL SPECIFICATIONS .............................................................................. 5

2.1. Objectives .......................................................................................................... 5

2.2. Tasks .................................................................................................................. 6

2.3. Input by the Contracting Authority ................................................................. 10

2.4. Deliverables ..................................................................................................... 10

2.5. Methodology .................................................................................................... 11

3. CONTENT AND GRAPHIC REQUIREMENTS OF THE FINAL

DELIVERABLES ..................................................................................................... 12

3.1. Content ............................................................................................................. 12

3.2. Graphic requirements ...................................................................................... 13

4. EVALUATION AND AWARD ............................................................................... 13

4.1. Evaluation steps ............................................................................................... 13

4.2. Exclusion criteria ............................................................................................. 13

4.3. Selection criteria .............................................................................................. 14

4.4. Award criteria .................................................................................................. 16

4.5. Technical offer ................................................................................................. 17

4.6. Financial offer .................................................................................................. 17

Page 3: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

3

1. INFORMATION ON TENDERING

1.1. Participation

Participation in this tender procedure is open on equal terms to all natural and legal persons

coming within the scope of the Treaties and to all natural and legal persons in a third

country which has a special agreement with the Union in the field of public procurement

on the conditions laid down in that agreement. Where the Multilateral Agreement on

Government Procurement1 concluded within the WTO applies, the participation to the call

for tender is also open to nationals of the countries that have ratified this Agreement, on

the conditions it lays down.

1.2. Contractual conditions

The tenderer should bear in mind the provisions of the draft contract which specifies the

rights and obligations of the contractor, particularly those on payments, performance of the

contract, confidentiality, and checks and audits.

1.3. Joint tenders

A joint tender is a situation where a tender is submitted by a group of economic operators

(consortium). Joint tenders may include subcontractors in addition to the joint tenderers.

In case of joint tender, all economic operators in a joint tender assume joint and several

liability towards the Contracting Authority for the performance of the contract as a whole.

Nevertheless, tenderers must designate a single point of contact for the Contracting

Authority.

After the award, the Contracting Authority will sign the contract either with all members of

the group, or with the member duly authorised by the other members via a power of

attorney.

1.4. Subcontracting

Subcontracting is permitted in the tender but the contractor will retain full liability towards

the Contracting Authority for performance of the contract as a whole.

Tenderers must give an indication of the proportion of the contract that they intend to

subcontract.

Tenderers are required to identify all subcontractors whose share of the contract is above

10%.

1 See http://www.wto.org/english/tratop_E/gproc_e/gp_gpa_e.htm

Page 4: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

4

During contract execution, the change of any subcontractor identified in the tender will be

subject to prior written approval of the Contracting Authority.

1.5. Content of the tender

The tenders must be presented as follows:

Part A: Identification of the tenderer (see below)

Part B: Evidence for exclusion criteria (see section 4.2)

Part C: Evidence for selection criteria (see section 4.3)

Part D: Technical offer (see section 4.5)

Part E: Financial offer (see section 4.6)

1.6. Identification of the tenderer: legal capacity and status

The tender must include a cover letter presenting the name of the tenderer (including all

entities in case of joint offer) and identified subcontractors if applicable, and the name of

the single contact person in relation to this tender.

If applicable, the cover letter must indicate the proportion of the contract to be

subcontracted.

In case of joint tender, the cover letter must be signed by a duly authorised representative

for each tenderer, or by a single tenderer duly authorised by other tenderers (with power of

attorney).

Subcontractors must provide a letter of intent stating their willingness to provide the

service foreseen in the offer and in line with the present tender specification.

In order to prove their legal capacity and their status, all tenderers must provide a signed

Legal Entity Form with its supporting evidence. The form is available on:

http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal_entities_en.

cfm

Tenderers that are already registered in the Contracting Authority’s accounting system (i.e.

they have already been direct contractors) must provide the form but are not obliged to

provide the supporting evidence.

The tenderer (or the single point of contact in case of joint tender) must provide a Financial

Identification Form and supporting documents. Only one form per offer should be

submitted (no form is needed for subcontractors and other joint tenderers). The form is

available on: http://ec.europa.eu/budget/contracts_grants/info_contracts/index_en.cfm

Tenderers must provide the following information if it has not been included with the

Legal Entity Form:

- For legal persons, a legible copy of the notice of appointment of the persons authorised to

represent the tenderer in dealings with third parties and in legal proceedings, or a copy of

Page 5: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

5

the publication of such appointment if the legislation which applies to the legal entity

concerned requires such publication. Any delegation of this authorisation to another

representative not indicated in the official appointment must be evidenced.

- For natural persons, where applicable, a proof of registration on a professional or trade

register or any other official document showing the registration number.

2. TECHNICAL SPECIFICATIONS

The new regulatory framework for Cohesion Policy Funds (ERDF, CF and ESF), the

EAFRD and the EMFF (jointly referred to as the European Structural and Investment

Funds, ESIF) as agreed by the co-legislators2 has greatly reinforced the possibility to make

use of innovative financial instruments for the 2014-2020 period. The legal framework sets

out detailed rules how Member States and regions can make use of EU Funds to support

equity, guarantee and loan instruments across the full range of the policy's activities. These

instruments offer significant potential to provide flexible and market driven instruments in

areas where there is a market failure or suboptimal investment situation but where potential

investments are financially viable. These instruments may also provide for revolving and

leverage effects.

2.1. Objectives

In order to assess how to improve the take up and effectiveness of financial instruments the

study should - based on desk studies, surveys, interviews and case studies - meet the

following objectives:

2 The regulatory framework for the 2014-2020 programming period comprises the following Regulations:

- Regulation (EU) No 1303/2013 of the European Parliament and of the Council of 17 December 2013 laying

down common provisions on the European Regional Development Fund (ERDF), the European Social Fund

(ESF), the Cohesion Fund (CF), the European Agricultural Fund for Rural Development and the European

Maritime and Fisheries Fund and laying down general provisions on the European Regional Development

Fund, the European Social Fund, the Cohesion Fund and the European Maritime and Fisheries Fund and

repealing Council Regulation (EC) No 1083/2006 (hereafter CPR).

- Regulation (EU) No 1299/2013 of the European Parliament and of the Council of 17 December 2013 on

specific provisions for the support from the European Regional Development Fund to the European territorial

cooperation goal (referred to as ETC Regulation).

- Regulation (EU) No 1301/2013 of the European Parliament and of the Council of 17 December 2013 on the

European Regional Development Fund and on specific provisions concerning the Investment for growth and

jobs goal and repealing Regulation (EC) No 1080/2006 (hereafter ERDF Regulation).

- Regulation (EU) No 1300/2013 of the European Parliament and of the Council of 17 December 2013 on the

Cohesion Fund and repealing Council Regulation (EC) No 1084/2006 (hereafter CF Regulation).

- Regulation (EU) No 1304/2013 of the European Parliament and of the Council of 17 December 2013 on the

European Social Fund and repealing Council Regulation (EC) No 1081/2006 (hereafter ESF Regulation)

- Regulation (EU) No 1305/2013 of the European Parliament and of the Council of 17 December 2013 on

support for rural development by the European Agricultural Fund for Rural Development and repealing

Council Regulation (EC) No 1698/2005 (hereafter EARDF Regulation).

- Regulation (EU) No 508/2014 of the European Parliament and of the Council of 15 May 2014 on the

European Maritime and Fisheries Fund (EMFF) and repealing Council Regulations (EC) No 2328/2003,

(EC) No 861/2006, (EC) No 1198/2006 and (EC) No 791/2007 and Regulation (EU) No 1255/2011 of the

European Parliament and of the Council (hereafter EMFF Regulation).

Page 6: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

6

A. Set out the rationale for the use of financial instruments co-financed by the

ERDF, Cohesion Fund, ESF and EMFF to support economic development,

taking into account the diverse economic contexts in different Member

States and sectors;

B. Identify how Member States make use of financial instruments co-

financed by the ERDF, Cohesion Fund, ESF and EMFF in the 2014-2020

period;

C. Identify practical, legal and administrative (capacity) issues which

influence Member States, regions and financial intermediaries to choose

(or not to choose) financial instruments which are co-financed by the

ERDF, Cohesion Fund, ESF and EMFF as opposed to other forms of

support;

D. Analyse the relationship, interaction and complementarities between

ERDF, Cohesion Fund, ESF and EMFF-supported financial instruments,

EU-level instruments, financial instruments managed by the EIB Group

and the EFSI3 in particular;

E. Provide conclusions on the strengths and weaknesses of the legislative

framework established at EU level for the use of financial instruments,

also identifying specific recommendations for possible improvements and

options for the future as regards the legal framework and the uptake of

financial instruments co-financed by ERDF, Cohesion Fund, ESF and

EMFF.

The analysis should cover all forms of ERDF, Cohesion Fund, ESF and EMFF - supported

financial instruments (guarantees; loans; equity, including seed capital) and EU-level

instruments.

2.2. Tasks

Task 1: The consultant shall submit a methodological report of max 30 pages (plus

annexes) setting out its approach to carry out the different tasks covered by this

study.

The consultant shall draft a report outlining in detail the proposed methodology to address

the different tasks covered by this study.

With regards to interviews the methodological report should in particular explain how

interviewees will be selected to ensure the coverage of a representative sample of

programmes. The sample of programmes should cover the ERDF, Cohesion Fund, ESF

and EMFF, all 28 Member States and, for Cohesion policy, all three categories of regions

for operational programmes financed by the ERDF, Cohesion Fund and ESF. The sample

3 The European Fund for Strategic Investments.

Page 7: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

7

of programmes should cover a proportionate selection of cross-border, transnational and

interregional cooperation programmes. Interviews may be handled on site or via phone

calls in the relevant languages. Draft questionnaires to be used for these interviews and a

description of the planned methodologies for analysing their results should be provided in

an annex.

With regards to surveys, the methodological report should in particular explain the

methodology and procedure to conduct surveys in the relevant languages. Draft

questionnaires to be used for surveys and a description of the planned methodologies for

analysing their results should be provided in an annex.

In relation to the case studies required under task 4, the methodological report shall set out

their coverage in terms of investment areas and funds.

Where comparisons with the 2007-2013 programming period are considered necessary (for

example with regard to the use and take up of financial instruments), consultants should

use the material delivered under the 'Ex post' evaluation of financial instruments for

enterprise support.4

Task 2: Set out the rationale for the use of financial instruments co-financed by the

ERDF, Cohesion Fund, ESF and EMFF to support economic development taking into

account the diverse economic contexts in different Member States.

Based on a literature review, the contractor shall provide the economic reasoning for using

financial instruments compared to grant based instruments having regard to the types of

market failures that warrant the provision of market-based instruments by public

authorities. The analysis should also set out the evidence identifying the economic contexts

and investment areas in which the use of financial instruments funded by ERDF, Cohesion

Fund, ESF and EMFF have proven to be particularly effective with a view to create growth

and jobs and invest in human capital.

The contractor shall provide an overview of the wider supply side and sources of financial

instruments funding being delivered at EU and national level.

Task 2 should be addressed through a desk study of the relevant literature5 and should

build on the literature review undertaken under work package 3 of the ex post evaluation

mentioned above.6

4 Study on 'Ex post' evaluation of cohesion policy programmes 2007–2013 financed by the European

Regional Development Fund (ERDF) and Cohesion Fund (CF) — work package 3: financial instruments

for enterprise support (2014/S 052-086051); http://ec.europa.eu/regional_policy/tender/tender_en.cfm. 5 This should include academic articles and studies, relevant documents produced at national level as well

as documents published by the European Commission, such as the ex-post evaluation of the 2007-2013

period. 6 See footnote 4.

Page 8: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

8

Task 3: Identify how Member States make use of financial instruments co-financed by

the ERDF, Cohesion Fund, ESF and EMFF in the 2014-2020 period.

The contractor shall provide an overview of the rationale for and the use (and the intended

use based on ex-ante assessments, if applicable) of financial instruments in the 2014-2020

period by Fund (ERDF, Cohesion Fund, ESF and EMFF), programme, thematic objective

and Member State, including a quantification for each. The analysis should be further

detailed by key investment areas, including an estimated quantification. The key

investment areas are7: SME support, CO2 reduction measures, Information and

Communication Technology, sustainable transport, Research Development and Innovation,

environmental and resource efficiency.

In addition, the contractor shall provide an overview of the main groups targeted for the

use of financial instruments (e.g. SMEs, project promoters, municipalities).

The analysis should take into account the specificities of each fund. Where information for

the 2007-2013 period is available8, this data and analysis should be put in comparison with

data and analysis of the expected use in the 2014-2020 period.

Task 3 should be addressed through surveys of managing authorities of all abovementioned

funds and analysis of the relevant programming documents.

Task 4: Identify practical, legal and administrative (capacity) issues which influence

Member States, regions and financial intermediaries to choose (or not to choose)

financial instruments which are co-financed by the ERDF, Cohesion Fund, ESF and

EMFF as opposed to other forms of support.

The contractor should collect and analyse information from Member States on the main

advantages and main disadvantages of the different available forms of support (i.e. grants,

prizes, repayable assistance and financial instruments9) for each Fund both in legal as well

as in practical terms, taking account of arrangements established at national and regional

levels for the use of financial instruments. This analysis should also include specific

management and control issues. The contractor should set out the major drivers behind the

"competition" between these delivery modes.

In addition, the consultant should analyse the legal, practical and administrative (capacity)

reasons for the use of specific instruments (e.g. guarantee, equity or loan), and, where

applicable, the reasons why Member States decide not to make use of financial

instruments. The contractor should also analyse if "off-the-shelf" instruments10

are

considered useful and how they could be improved (including, where appropriate,

proposals for more off-the-shelf instruments). The contractor shall identify patterns and

7 See section 2.4 in the European Commission's communication on "An Investment Plan for Europe"

COM(2014) 903 final. 8 See footnote 4. 9 See Art. 66 CPR 10 See Art. 38(3) CPR and Regulation (EU) No 964/2014, OJ L 271, 11.9.2014, p. 16.

Page 9: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

9

main steps in the decision process in the context of setting up financial instruments, taking

into account the ex-ante evaluations and the ex-ante assessments. In this context, the

contractor shall identify by thematic objective the rationale for the decision to use financial

instruments as a delivery mode (e.g. with a view to size and area of detected market failure

or suboptimal investment situations and the decision to address these). The contractor shall

also set out the rationale for deciding on the volume of the allocations to financial

instruments.

In conclusion, the consultant should identify those elements in the legislative framework

established in the CPR and in secondary legislation that have been conducive to or

hindered the uptake of financial instruments in the new period..

Task 4 should be addressed through interviews of managing authorities and financial

intermediaries (holding and specific fund managers) or authors of the relevant ex-ante

assessments and through 10 case studies taking into account the abovementioned key

investment areas and an appropriate coverage of the relevant Funds (ERDF, Cohesion

Fund, ESF and EMFF) as well as through research of the relevant programming

documents.

Task 5: Analyse the relationship, interaction and complementarities between ERDF,

Cohesion Fund, ESF and EMFF supported financial instruments, EU-level

instruments, financial instruments managed by the EIB Group and the EFSI in

particular.

The study should analyse whether and in which areas there is a competition/overlap

between financial instruments existing in the market (commercial banks), instruments

financed by national funds, EIB Group instruments, and EU-level instruments on the one

hand and financial instruments which are co-financed by ERDF, Cohesion Fund, ESF and

EMFF on the other hand. The contractor should set out the major drivers behind the

"competition" between those instruments. Particular attention should be paid to the

relationship between EFSI and ERDF, Cohesion Fund, ESF and EMFF-funded financial

instruments. The use of the option of contributing ESIF resources to a joint instrument,

such as the SME initiative11

, and other EU level instruments, as well as the potential

synergies between the ESF and the European Union Programme for Employment and

Social Innovation ("EaSI")12

, should also be explored. The consultants should identify the

incentives and disincentives for Member States for implementing one or the other

instrument.

Task 5 should be addressed through interviews of managing authorities.

11 See Article 28 CPR "Specific provisions on the content of programmes dedicated to joint instruments for

uncapped guarantees and securitisation providing capital relief implemented by the EIB". 12 See Regulation (EU) No 1296/2013.

Page 10: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

10

Task 6: Provide conclusions on the strengths and weaknesses of the legislative

framework established at EU level for the use of financial instruments also identifying

specific recommendations for possible improvements and options for the future as

regards the legal framework and the uptake of financial instruments co-financed by

ERDF, Cohesion Fund, ESF and EMFF.

Based on the analysis and findings under tasks 2-5, the consultant shall assess options for

improving the uptake and effectiveness of financial instruments in Member States for the

future.

2.3. Input by the Contracting Authority

DG REGIO will provide the consultants the text of the relevant sections of all ERDF,

Cohesion Fund, ESF and EMFF adopted operational programmes and the related ex ante

evaluations. Regarding the ex-ante assessments, which are necessary for setting-up the

relevant financial instruments, the consultants should first check whether these are publicly

available. As a second step the consultants should ask the relevant managing authorities to

provide the information. DG REGIO may request the consultant to submit the collected ex-

ante assessments in electronic form. The contractor needs to request the relevant funding

agreements from the managing authorities/fund managers. DG REGIO may request the

consultant to submit the collected funding agreements in electronic form.

2.4. Deliverables

The contractor is expected to provide the following deliverables:

1. Methodological report: a report (max 30 pages plus annexes) describing the

methodology that will be applied to the study, as set out under task 1.

2. Two Interim reports:

(a) first interim report covering tasks 2 and 3,

(b) second interim report covering tasks 4 and 5

3. Draft final report: covering tasks 2 to 6 as well as an executive summary of the

entire draft report itself (tasks 2 to 6).

4. Final report: it shall include the final report itself (no more than 120 pages plus

annexes) addressing all the specific objectives (A-E) of the study. It shall also

include an abstract of no more than 200 words, a publishable executive summary

of maximum 6 pages, in English, French and German, key words to facilitate

web referencing of the study. It should finally include a power-point

summarising the results and conclusions.

All the different deliverables shall be submitted in English in an easily accessible style.

French and German versions have to be provided for the Executive Summary and the

abstract only.

Each deliverable will be examined by the Commission (a DG REGIO-led steering group),

which may ask for additional modifications or propose changes in order to redirect the

work if necessary. Deliverables must be approved by the Commission.

The specific deadline for each deliverable is specified below and starts on the date of the

entry into force of the contract. The study envisages several meetings in Brussels with the

steering group in relation to the deliverables.

Page 11: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

11

After the approval of the final report by the European Commission, the contractor will be

expected to give an oral presentation of its final report, highlighting its main results and

conclusions. This presentation will take place in Brussels and within Commission

premises. Costs relating to the organisation of this presentation will be covered by the

overall budget of the contract.

The contractor is expected to attend 5 meetings to be held at the Commission premises for

kicking off the project and discussing the deliverables with the members of Commission

staff (Steering Group). These meetings will be organised by the Commission.

End

month13

Deliverable/

Meeting

Output

0 M1 Kick-off meeting with the Commission services

1.5 D1 Methodological report (task 1)

2 M2 Meeting to discuss the methodological report

6 D2 First interim report covering tasks 2 and 3

6.5 M3 Meeting to discuss first interim report (tasks 2 and 3) with the

Commission services

9 D3 Second interim report covering tasks 4 and 5

9.5 M4 Meeting to discuss second interim report (tasks 4 and 5) with the

Commission services

10.5 D4 Draft final report (covering tasks 2 to 6)

11 M5 Meeting to discuss first draft final report with the Commission

services

12 D5 Final report

13 Oral presentation of final report

2.5. Methodology

The consultants should use the following measures/tools

Surveys of all ERDF, Cohesion Fund, ESF and EMFF managing authorities, to obtain

quantitative and qualitative information regarding the uptake of financial instruments

Interviews of 50-60 managing authorities and 50-60 financial intermediaries (holding

and specific fund managers) or authors of the relevant ex-ante assessments

Desk studies covering an analysis of

- the relevant literature in the field, including from academic, European and national

sources

- the relevant financial instruments section(s) of the operational programmes14

- the relevant financial instruments section in the ex-ante evaluations for operational

programmes15

13 The specific deadline for each deliverable starts on the date of the entry into force of the contract. 14 See Art. 96 CPR. 15 See Art. 55 CPR.

Page 12: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

12

- the ex-ante assessment which is necessary for setting-up the relevant financial

instrument16

- the available funding agreements

10 case studies taking into account the key investment areas and an appropriate

coverage of the relevant Funds (ERDF, Cohesion Fund, ESF and EMFF)

With regard to the EMFF, the consultants should take into account the results of the

scoping study which is currently being conducted for the EIB in the framework of fi-

compass.

3. CONTENT AND GRAPHIC REQUIREMENTS OF THE FINAL DELIVERABLES

All studies produced for the European Commission and Executive Agencies shall conform

to the corporate visual identity of the European Commission by applying the graphic rules

set out in the European Commission's Visual Identity Manual, including its logo17

.

The Commission is committed to making online information as accessible as possible to

the largest possible number of users including those with visual, auditory, cognitive or

physical disabilities, and those not having the latest technologies. The Commission

supports the Web Content Accessibility Guidelines 2.0 of the W3C.

For full details on Commission policy on accessibility for information providers, see: http://ec.europa.eu/ipg/standards/accessibility/index_en.htm

Pdf versions of studies destined for online publication should respect W3C guidelines for

accessible pdf documents. See: http://www.w3.org/WAI/

3.1. Content

The final study report shall include:

an abstract of no more than 200 words, an executive summary of maximum 6

pages, in English, French and German and key words to facilitate web referecing

of the study;

the following standard disclaimer:

“The information and views set out in this [report/study/article/publication…] are those of

the author(s) and do not necessarily reflect the official opinion of the Commission. The

Commission does not guarantee the accuracy of the data included in this study. Neither the

Commission nor any person acting on the Commission’s behalf may be held responsible

for the use which may be made of the information contained therein.”

16 See Art. 37(2) CPR. 17 The Visual Identity Manual of the European Commission is available upon request. Requests should be made to the

following e-mail address: [email protected]

Page 13: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

13

specific identifiers which shall be incorporated on the cover page provided by the

Contracting Authority.

Publishable executive summary

The publishable executive summary shall be provided in English, French and German and

shall include:

- the following standard disclaimer:

“The information and views set out in this study are those of the author(s) and do not

necessarily reflect the official opinion of the Commission. The Commission does not

guarantee the accuracy of the data included in this study. Neither the Commission nor

any person acting on the Commission’s behalf may be held responsible for the use

which may be made of the information contained therein.”

- specific identifiers which shall be incorporated on the cover page provided by the

Contracting Authority.

3.2. Graphic requirements

For graphic requirements please refer to the template published with these specifications

on the Inforegio website. The cover page shall be filled in by the contractor in accordance

with the instructions provided in the template. For further details you may also contact

[email protected].

4. EVALUATION AND AWARD

4.1. Evaluation steps

The evaluation is based on the information provided in the submitted tender. It takes place

in three steps:

(1) Verification of non-exclusion of tenderers on the basis of the exclusion criteria

(2) Selection of tenderers on the basis of selection criteria

(3) Evaluation of tenders on the basis of the award criteria

Only tenders meeting the requirements of one step will pass on to the next step.

4.2. Exclusion criteria

All tenderers shall provide a declaration on their honour (see Annex 1), duly signed and

dated by an authorised representative, stating that they are not in one of the situations of

exclusion listed in the Annex 1.

The declaration on honour is also required for identified subcontractors whose intended

share of the contract is above 10%.

Page 14: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

14

The successful tenderer shall provide the documents mentioned as supporting evidence in

Annex 1 before signature of the contract and within a deadline given by the contracting

authority. This requirement applies to all members of the consortium in case of joint tender

and to identified subcontractors whose intended share of the contract is above 10%.

4.3. Selection criteria

Tenderers must prove their economic, financial, technical and professional capacity to

carry out the work subject to this call for tender.

The evidence requested should be provided by each member of the group in case of joint

tender and identified subcontractor whose intended share of the contract is above 10%.

However a consolidated assessment will be made to verify compliance with the minimum

capacity levels.

The tenderer may rely on the capacities of other entities, regardless of the legal nature of

the links which it has with them. It must in that case prove to the Contracting Authority

that it will have at its disposal the resources necessary for performance of the contract, for

example by producing an undertaking on the part of those entities to place those resources

at its disposal.

Economic and financial capacity criteria and evidence

In order to prove their economic and financial capacity, the tenderer (i.e. in case of joint

tender, the combined capacity of all members of the consortium and identified

subcontractors) must comply with the following criteria:

- Turnover of the last two financial years above € 1 500 000.

The following evidence should be provided:

- Copy of the profit & loss account and balance sheet for the last two years for which

accounts have been closed,

- Failing that, appropriate statements from banks,

- If applicable, evidence of professional risk indemnity insurance;

If, for some exceptional reason which the Contracting Authority considers justified, a

tenderer is unable to provide one or other of the above documents, he or she may prove his

or her economic and financial capacity by any other document which the Contracting

Authority considers appropriate. In any case, the Contracting Authority must at least be

notified of the exceptional reason and its justification in the tender. The Commission

reserves the right to request any other document enabling it to verify the tenderer's

economic and financial capacity.

Technical and professional capacity criteria and evidence

a. Criteria relating to tenderers

Tenderers (in case of a joint tender the combined capacity of all tenderers and identified

subcontractors) must comply with the following criteria:

Page 15: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

15

- The tenderer must prove experience in the field of Cohesion policy and the ESI Funds, in

particular as regards the implementation of financial instruments, including at EU-level

with at least 3 projects delivered in this field in the last three years.

- The tenderer must prove capacity of working (read documents and communicate) in 2218

EU official languages (Croatian, Czech, Danish, Dutch, English, Estonian, Finnish, French,

German, Greek, Hungarian, Italian, Latvian, Lithuanian, Polish, Portuguese, Romanian,

Slovak, Slovenian, Spanish and Swedish). This could for example be demonstrated by

means of proven experience with projects successfully implemented in different Member

States, candidate and/or third countries, with at least 3 projects delivered in the last three

years showing the necessary language coverage.

- The tenderer must prove capacity to draft reports in English.

- The tenderer must prove experience of working in at least 10 EU countries with at least 3

projects delivered in the last three years, the combination of which must show the

necessary coverage.

- The tenderer must prove experience in survey techniques, data collection, statistical

analyses and drafting reports and recommendations.

b. Criteria relating to the team delivering the service:

The team delivering the service should include, as a minimum, the following profiles:

Project Manager: At least 6 years experience in project management, including overseeing

project delivery, quality control of delivered service, client orientation and conflict

resolution experience with experience in management of team of at least 5 people.

Language quality check: at least 2 members of the team should have native-level language

skills in English or equivalent19

, as guaranteed by a certificate or past relevant experience.

Expert in EU cohesion policy and ESI Funds: Relevant higher education degree or 6 years'

professional experience in the field of EU cohesion policy and ESI Funds and financial

instruments in particular.

c. Evidence:

The following evidence should be provided to fulfil the above criteria:

18 The European Union currently has 24 official languages. For the purpose of this contract no knowledge

of Irish and Maltese is requested. 19 At least Level C2 according to the Council of Europe's Common European Framework of Reference for

Languages: see http://www.coe.int/t/dg4/linguistic/CADRE_EN.asp

Page 16: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

16

- List of relevant services provided in the past three years, with sums, dates and recipients,

public or private. The most important services shall be accompanied by certificates of

satisfactory execution, specifying that they have been carried out in a professional manner

and have been fully completed;

- The educational and professional qualifications of the persons who will provide the

service for this tender (CVs) including the management staff. Each CV provided should

indicate the intended function in the delivery of the service.

4.4. Award criteria

The tender will be awarded according to the best-value-for -money procedure. The quality

of the tender will be evaluated based on the following criteria. The maximum total quality

score is 100 points.

Since assessment of the tenders will be based on the quality of the proposed services,

tenders should elaborate on all points addressed in the description of the tasks in order to

score as many points as possible.

Quality of the proposed methodology (50 points – minimum threshold 50%)

- This criterion will assess the quality and the appropriateness of the methodology set

out in the tender and of the specific methodology described to address tasks 1 to 6;

- The completeness, the clarity and the relevance of the technical approach in respect

of the tasks described in the tender specifications as well as the degree to which all

relevant issues are covered.

- Appropriate design of the technical approach as to produce reliable data, sound

analysis, credible findings and valid conclusions.

Tenderers should give a thorough description of the approach proposed to attain the

Commission's objectives and to provide the requested output.

Organisation of the work (30 points – minimum threshold 50%)

This criterion will assess how the roles and responsibilities of the proposed team and of the

economic operators (in case of joint tenders, including subcontractors if applicable) are

distributed for each task. It also assesses the global allocation of time and resources to the

project and to each task or deliverable, and whether this allocation is adequate for the

work. The tender should provide details on the allocation of time and resources and the

rationale behind the choice of this allocation.

Quality control measures (20 points – minimum threshold 50%)

This criterion will assess the quality control system applied to the service foreseen in this

tender specification concerning the quality of the deliverables, the language quality check,

and continuity of the service in case of absence of the member of the team. The quality

system should be detailed in the tender and specific to the tasks at hand; a generic quality

system will result in a low score.

Tenders must score minimum 50% for each criterion and sub-criterion, and minimum 60%

in total. Tenders that do not reach the minimum quality thresholds will be rejected and will

not be ranked.

Page 17: TENDER SPECIFICATIONS - European Commissionec.europa.eu › ... › tender › pdf › 2015065 › specifications.pdf3 1. INFORMATION ON TENDERING 1.1. Participation Participation

17

After evaluation of the quality of the tender, the tenders are ranked using the formula

below to determine the tender offering best value for money. A weight of 60/40 is given to

quality and price.

( )

( )

(

)

The successful tender will be the one with the highest mark.

4.5. Technical offer

The technical offer must cover all aspects and tasks required in the technical specification

and provide all the information needed to apply the award criteria. Offers deviating from

the requirements or not covering all requirements may be excluded on the basis of non-

conformity with the tender specifications and will not be evaluated.

4.6. Financial offer

The price for the tender must be quoted in euro. Tenderers from countries outside the euro

zone have to quote their prices in euro. The price quoted may not be revised in line with

exchange rate movements. It is for the tenderer to assume the risks or the benefits deriving

from any variation.

Prices must be quoted free of all duties, taxes and other charges, including VAT, as the

European Union is exempt from such charges under Articles 3 and 4 of the Protocol on the

privileges and immunities of the European Union. The amount of VAT may be shown

separately.

The quoted price must be a fixed amount which includes all charges (including travel and

subsistence). Travel and subsistence expenses are not refundable separately.