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
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
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
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
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).
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.
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.
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.
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.
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.
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.
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]
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
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%.
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:
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
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.
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.