ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the ComReg

ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation …

CPV: 64200000 Далекосъобщителни услуги, 66171000 Финансови консултантски услуги, 71300000 Инженерни услуги в строителството, 71316000 Консултантски услуги, свързани с далекосъобщителна инфраструктура, 71600000 Услуги по технически изпитания, услуги по анализ и консултантски услуги, 73200000 Консултантски услуги, свързани с научни изследвания и експериментални разработки, 79311410 Оценка на икономическото влияние, 92312211 Услуги, предоставени от редакционни агенции, 98110000 Услуги на бизнес организации, организации на работодатели и професионални организации
Място на изпълнение:
ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the ComReg
Издаващ орган:
Commission for Communications Regulation
Номер на наградата:
1

1. Buyer

1.1 Buyer

Official name : Commission for Communications Regulation
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the ComReg
Description : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation to a review of competition. In the context of ECN/ECS, ComReg’s objectives include facilitating competition in the fixed line market. In this context, and keeping in mind the recent European Commission’s White Paper on “How to master Europe’s digital infrastructure needs” and review of the European Electronic Communications Code (the ‘Code’) and related Digital Networks Act (DNA), ComReg is seeking to identify what are the key drivers that will impact competition in the long-term including the following: ·New models for deploying fixed access networks ·New technologies ·Emerging technologies For Full details and in order to prepare a tender application, please refer to all procurement documentation uploaded on the eTenders CFT Competition Notice ( eTenders I D CFT 5001903). Please register your interest in order to receive all updates pertaining to this competition. There are 6 Lots, a separate application must be made for each lot being applied for. NB The ENTIRE Applications (all Lot Application(s)) MUST all be included within ONE ZIP Folder and then uploaded as per eTenders instructions.
Procedure identifier : 635017e5-b508-4834-a5e0-d3b03f310781
Previous notice : 27132c4e-2252-44cc-af06-59f118852189-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 92312211 Writing agency services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.4 General information

Additional information : provision of services to support a Review of Competition ( RoC) in the Fixed Line Broadband Market with six Lots as follows:  · Lot 1 – End user demand driven Application Consultancy Services, Analysys Mason UK, Axon Partners Group Consulting SLU, Cartesian Limited, WIK – Consult GmbH (4) · Lot 2 – Technology Professional Consultancy Services, Analysys Mason UK, Axon Partners Group Consulting SLU, Cartesian Limited, WIK – Consult GmbH (4) · Lot 3 – Financial Professional Consultancy Services, Analysys Mason UK, Axon Partners Group Consulting SLU, Cartesian Limited, Frontier Economics Ltd, WIK-Consult GmbH. (5) · Lot 4 – Benchmarking Professional Consultancy Services, Analysys Mason, Axon Partners Group Consulting SLU, Cartesian Limited, Europe Economics, WIK-Consult GmbH.(5) · Lot 5 – Economic Professional Consultancy Services, Cartesian Limited, DotEcon Ltd, Europe Economics, Frontier Economics Ltd, WIK-Consult GmbH.(5) · Lot 6 - Professional Writing Services, No suitable application was received - None on the FA. (0)
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 – End user demand driven Application Consultancy Services
Description : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation to a review of competition. In the context of ECN/ECS, ComReg’s objectives include facilitating competition in the fixed line market. In this context, and keeping in mind the recent European Commission’s White Paper on “How to master Europe’s digital infrastructure needs” and review of the European Electronic Communications Code (the ‘Code’) and related Digital Networks Act (DNA), ComReg is seeking to identify what are the key drivers that will impact competition in the long-term including the following: ·New models for deploying fixed access networks ·New technologies ·Emerging technologies For Full details and in order to prepare a tender application, please refer to all procurement documentation uploaded on the eTenders CFT Competition Notice ( eTenders I D CFT 5001903). Please register your interest in order to receive all updates pertaining to this competition. There are 6 Lots, a separate application must be made for each lot being applied for. NB The ENTIRE Applications (all Lot Application(s)) MUST all be included within ONE ZIP Folder and then uploaded as per eTenders instructions.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 92312211 Writing agency services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost at 30 percent
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality of Approach and Service Methodology, max 18 (min required 70%) Quality of Contract Management Methodology, max 18 (min required 70%) Quality, Quantity and Balance of proposed Designated Team, max 30 ( min required 70%) Delivering Social Value /Green undertaking by Tenderer, max 4 ( min required 0 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.12 Terms of procurement

Information about review deadlines : Please refer to your own legal advice

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : Please refer to your own legal advice
Organisation providing offline access to the procurement documents : Commission for Communications Regulation
Organisation executing the payment : Commission for Communications Regulation

5.1 Lot technical ID : LOT-0002

Title : Lot 2 – Technology Professional Consultancy Services
Description : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation to a review of competition. In the context of ECN/ECS, ComReg’s objectives include facilitating competition in the fixed line market. In this context, and keeping in mind the recent European Commission’s White Paper on “How to master Europe’s digital infrastructure needs” and review of the European Electronic Communications Code (the ‘Code’) and related Digital Networks Act (DNA), ComReg is seeking to identify what are the key drivers that will impact competition in the long-term including the following: ·New models for deploying fixed access networks ·New technologies ·Emerging technologies For Full details and in order to prepare a tender application, please refer to all procurement documentation uploaded on the eTenders CFT Competition Notice ( eTenders I D CFT 5001903). Please register your interest in order to receive all updates pertaining to this competition. There are 6 Lots, a separate application must be made for each lot being applied for. NB The ENTIRE Applications (all Lot Application(s)) MUST all be included within ONE ZIP Folder and then uploaded as per eTenders instructions.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 92312211 Writing agency services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost at 30 percent
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality adds up to 70percent. Quality of Approach and Service Methodology, max 18 (min required 70%) Quality of Contract Management Methodology, max 18 (min required 70%) Quality, Quantity and Balance of proposed Designated Team, max 30 ( min required 70%) Delivering Social Value /Green undertaking by Tenderer, max 4 ( min required 0 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.12 Terms of procurement

Information about review deadlines : Please refer to your own legal advice.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : Please refer to your own legal advice.
Organisation providing offline access to the procurement documents : Commission for Communications Regulation
Organisation executing the payment : Commission for Communications Regulation

5.1 Lot technical ID : LOT-0003

Title : Lot 3 – Financial Professional Consultancy Services
Description : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation to a review of competition. In the context of ECN/ECS, ComReg’s objectives include facilitating competition in the fixed line market. In this context, and keeping in mind the recent European Commission’s White Paper on “How to master Europe’s digital infrastructure needs” and review of the European Electronic Communications Code (the ‘Code’) and related Digital Networks Act (DNA), ComReg is seeking to identify what are the key drivers that will impact competition in the long-term including the following: ·New models for deploying fixed access networks ·New technologies ·Emerging technologies For Full details and in order to prepare a tender application, please refer to all procurement documentation uploaded on the eTenders CFT Competition Notice ( eTenders I D CFT 5001903). Please register your interest in order to receive all updates pertaining to this competition. There are 6 Lots, a separate application must be made for each lot being applied for. NB The ENTIRE Applications (all Lot Application(s)) MUST all be included within ONE ZIP Folder and then uploaded as per eTenders instructions.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 92312211 Writing agency services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost at 30 percent
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Total for Quality is max 70. Quality of Approach and Service Methodology, max 18 (min required 70%) Quality of Contract Management Methodology, max 18 (min required 70%) Quality, Quantity and Balance of proposed Designated Team, max 30 ( min required 70%) Delivering Social Value /Green undertaking by Tenderer, max 4 ( min required 0 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.12 Terms of procurement

Information about review deadlines : Please refer to your own legal advice.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : Please refer to your own legal advice.
Organisation providing offline access to the procurement documents : Commission for Communications Regulation
Organisation executing the payment : Commission for Communications Regulation

5.1 Lot technical ID : LOT-0004

Title : Lot 4 – Benchmarking Professional Consultancy Services
Description : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation to a review of competition. In the context of ECN/ECS, ComReg’s objectives include facilitating competition in the fixed line market. In this context, and keeping in mind the recent European Commission’s White Paper on “How to master Europe’s digital infrastructure needs” and review of the European Electronic Communications Code (the ‘Code’) and related Digital Networks Act (DNA), ComReg is seeking to identify what are the key drivers that will impact competition in the long-term including the following: ·New models for deploying fixed access networks ·New technologies ·Emerging technologies For Full details and in order to prepare a tender application, please refer to all procurement documentation uploaded on the eTenders CFT Competition Notice ( eTenders I D CFT 5001903). Please register your interest in order to receive all updates pertaining to this competition. There are 6 Lots, a separate application must be made for each lot being applied for. NB The ENTIRE Applications (all Lot Application(s)) MUST all be included within ONE ZIP Folder and then uploaded as per eTenders instructions.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 92312211 Writing agency services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost at 30 percent
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Total for Quality is max 70. Quality of Approach and Service Methodology, max 18 (min required 70%) Quality of Contract Management Methodology, max 18 (min required 70%) Quality, Quantity and Balance of proposed Designated Team, max 30 ( min required 70%) Delivering Social Value /Green undertaking by Tenderer, max 4 ( min required 0 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.12 Terms of procurement

Information about review deadlines : Please refer to your own legal advice

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : Please refer to your own legal advice
Organisation providing offline access to the procurement documents : Commission for Communications Regulation
Organisation executing the payment : Commission for Communications Regulation

5.1 Lot technical ID : LOT-0005

Title : Lot 5 – Economic Professional Consultancy Services
Description : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation to a review of competition. In the context of ECN/ECS, ComReg’s objectives include facilitating competition in the fixed line market. In this context, and keeping in mind the recent European Commission’s White Paper on “How to master Europe’s digital infrastructure needs” and review of the European Electronic Communications Code (the ‘Code’) and related Digital Networks Act (DNA), ComReg is seeking to identify what are the key drivers that will impact competition in the long-term including the following: ·New models for deploying fixed access networks ·New technologies ·Emerging technologies For Full details and in order to prepare a tender application, please refer to all procurement documentation uploaded on the eTenders CFT Competition Notice ( eTenders I D CFT 5001903). Please register your interest in order to receive all updates pertaining to this competition. There are 6 Lots, a separate application must be made for each lot being applied for. NB The ENTIRE Applications (all Lot Application(s)) MUST all be included within ONE ZIP Folder and then uploaded as per eTenders instructions.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 92312211 Writing agency services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost at 30 percent
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Total for Quality is max 70. Quality of Approach and Service Methodology, max 18 (min required 70%) Quality of Contract Management Methodology, max 18 (min required 70%) Quality, Quantity and Balance of proposed Designated Team, max 30 ( min required 70%) Delivering Social Value /Green undertaking by Tenderer, max 4 ( min required 0 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.12 Terms of procurement

Information about review deadlines : Please refer to your own legal advice

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : Please refer to your own legal advice
Organisation providing offline access to the procurement documents : Commission for Communications Regulation
Organisation executing the payment : Commission for Communications Regulation

5.1 Lot technical ID : LOT-0006

Title : Lot 6 - Professional Writing Services
Description : ComReg T20327. Request for Tenders(RFT) to establish a Multi Supplier Framework Agreement for the provision of Services to support a review of competition in the market to the Commission for Communications Regulation (ComReg). In summary, the Services comprise of the provision of various forms of assistance to ComReg in relation to a review of competition. In the context of ECN/ECS, ComReg’s objectives include facilitating competition in the fixed line market. In this context, and keeping in mind the recent European Commission’s White Paper on “How to master Europe’s digital infrastructure needs” and review of the European Electronic Communications Code (the ‘Code’) and related Digital Networks Act (DNA), ComReg is seeking to identify what are the key drivers that will impact competition in the long-term including the following: ·New models for deploying fixed access networks ·New technologies ·Emerging technologies For Full details and in order to prepare a tender application, please refer to all procurement documentation uploaded on the eTenders CFT Competition Notice ( eTenders I D CFT 5001903). Please register your interest in order to receive all updates pertaining to this competition. There are 6 Lots, a separate application must be made for each lot being applied for. NB The ENTIRE Applications (all Lot Application(s)) MUST all be included within ONE ZIP Folder and then uploaded as per eTenders instructions.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98110000 Services furnished by business, professional and specialist organisations
Additional classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 92312211 Writing agency services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 0 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost at 30 percent
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Total for Quality is max 70. Quality of Approach and Service Methodology, max 18 (min required 70%) Quality of Contract Management Methodology, max 18 (min required 70%) Quality, Quantity and Balance of proposed Designated Team, max 30 ( min required 70%) Delivering Social Value /Green undertaking by Tenderer, max 4 ( min required 0 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.12 Terms of procurement

Information about review deadlines : Please refer to your own legal advice

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : Please refer to your own legal advice
Organisation providing offline access to the procurement documents : Commission for Communications Regulation
Organisation executing the payment : Commission for Communications Regulation

6. Results

Maximum value of the framework agreements in this notice : 3 060 000 Euro
Approximate value of the framework agreements : 3 060 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 360 000 Euro
Re-estimated value of the framework agreement : 360 000 Euro

6.1.2 Information about winners

Winner :
Official name : Analysys Mason_3390
Tender :
Tender identifier : 000101149
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 420678
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Cartesian Limited
Tender :
Tender identifier : 000100983
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 420680
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : WIK-Consult GmbH
Tender :
Tender identifier : 000101124
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 420681
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Axon Partners Group Consulting SLU
Tender :
Tender identifier : 000100897
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 420679
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 080 000 Euro
Re-estimated value of the framework agreement : 1 080 000 Euro

6.1.2 Information about winners

Winner :
Official name : Analysys Mason_3390
Tender :
Tender identifier : 000101149
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 420682
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Cartesian Limited
Tender :
Tender identifier : 000100983
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 420684
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : WIK-Consult GmbH
Tender :
Tender identifier : 000101124
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 420685
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Axon Partners Group Consulting SLU
Tender :
Tender identifier : 000100897
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 420683
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 720 000 Euro
Re-estimated value of the framework agreement : 720 000 Euro

6.1.2 Information about winners

Winner :
Official name : Analysys Mason_3390
Tender :
Tender identifier : 000101149
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 420686
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Cartesian Limited
Tender :
Tender identifier : 000100983
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 420688
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : WIK-Consult GmbH
Tender :
Tender identifier : 000101124
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 420690
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Frontier Economics Ltd
Tender :
Tender identifier : 000100999
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 420689
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Axon Partners Group Consulting SLU
Tender :
Tender identifier : 000100897
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 420687
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 9

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 360 000 Euro
Re-estimated value of the framework agreement : 360 000 Euro

6.1.2 Information about winners

Winner :
Official name : Analysys Mason_3390
Tender :
Tender identifier : 000101149
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 420691
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Cartesian Limited
Tender :
Tender identifier : 000100983
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 420693
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : WIK-Consult GmbH
Tender :
Tender identifier : 000101124
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 420695
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Europe Economics
Tender :
Tender identifier : 000101151
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 420694
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Axon Partners Group Consulting SLU
Tender :
Tender identifier : 000100897
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 420692
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 540 000 Euro
Re-estimated value of the framework agreement : 540 000 Euro

6.1.2 Information about winners

Winner :
Official name : Cartesian Limited
Tender :
Tender identifier : 000100983
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 420696
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : WIK-Consult GmbH
Tender :
Tender identifier : 000101124
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 420700
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Frontier Economics Ltd
Tender :
Tender identifier : 000100999
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 420699
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : DotEcon Ltd
Tender :
Tender identifier : 000101083
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 420697
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025
Winner :
Official name : Europe Economics
Tender :
Tender identifier : 000101151
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 420698
Date on which the winner was chosen : 14/05/2025
Date of the conclusion of the contract : 12/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 10

6.1 Result lot ldentifier : LOT-0006

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5

8. Organisations

8.1 ORG-0010

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

8.1 ORG-0001

Official name : Commission for Communications Regulation
Registration number : 9614619A
Postal address : ComReg One Dockland Central, Guild Street.
Town : Dublin
Postcode : D01 E4X0
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0035318049600
Internet address : https://www.comreg.ie/
Buyer profile : https://www.comreg.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation executing the payment

8.1 ORG-0002

Official name : Analysys Mason_3390
Registration number : T0013138D
Town : Manchester
Postcode : M5 3EJ
Country subdivision (NUTS) : Manchester ( UKD33 )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004

8.1 ORG-0003

Official name : Cartesian Limited
Registration number : T08900181VH
Town : London
Postcode : WC2A 3HP
Country subdivision (NUTS) : Camden and City of London ( UKI31 )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005 LOT-0001 LOT-0002 LOT-0003 LOT-0004

8.1 ORG-0004

Official name : WIK-Consult GmbH
Registration number : T8927822LH
Town : Bad Honnef
Postcode : 53604
Country subdivision (NUTS) : Rhein-Sieg-Kreis ( DEA2C )
Country : Germany
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0005

8.1 ORG-0005

Official name : Frontier Economics Ltd
Registration number : 908647
Postal address : 4th Floor
Town : Dublin
Postcode : D02 KC57
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016874131
Fax : 016874131
Internet address : www.frontier-economics.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003 LOT-0005

8.1 ORG-0006

Official name : DotEcon Ltd
Registration number : 03783016
Postal address : 17 Welbeck Street
Town : London
Postcode : W1G 9XJ
Country subdivision (NUTS) : Camden and City of London ( UKI31 )
Country : United Kingdom
Telephone : 442074672070
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0005

8.1 ORG-0007

Official name : Europe Economics
Registration number : T0003933T
Town : London
Postcode : EC4A 1BL
Country subdivision (NUTS) : Camden and City of London ( UKI31 )
Country : United Kingdom
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004 LOT-0005

8.1 ORG-0008

Official name : Axon Partners Group Consulting SLU
Registration number : T8919296UH
Postal address : Calle Sagasta, 18
Town : Madrid
Postcode : 28004
Country subdivision (NUTS) : Madrid ( ES300 )
Country : Spain
Telephone : +34 91 310 2894
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004

8.1 ORG-0009

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f37c9f95-dc5d-4933-9e2f-d75a9d5dca34 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/07/2025 16:54 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00446134-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025