Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 132191-2021

17/03/2021    S53

China-Beijing: Services specific to international organisations and bodies

2021/S 053-132191

Contract notice

Services

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

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union, represented by the European Commission
Town: Beijing
NUTS code: CN China
Country: China
E-mail: DELEGATION-CHINA-FPI-TENDER-EA-RP-0001@eeas.europa.eu
Internet address(es):
Main address: https://eeas.europa.eu/delegations/china_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=8088
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Support for Emissions Trading Policy Dialogue and Cooperation between EU and China

Reference number: FPI/PEK/2021/EA-RP/0001
II.1.2)Main CPV code
98910000 Services specific to international organisations and bodies
II.1.3)Type of contract
Services
II.1.4)Short description:

The action aims to continue the ongoing cooperation between the EU and China on policies tackling climate change, in particular on emissions trading, building on the existing cooperation on emissions trading.

This action will support the implementation of the annual policy dialogue on emissions trading as agreed in the Memorandum of Understanding on ETS cooperation signed at the China-EU summit in July 2018, including through joint policy research activities designed to provide appropriate and effective solutions to challenges of the Chinese ETS. Furthermore, the action entails important technical knowledge sharing elements to further support China in building up and successfully establishing its nation-wide emission trading system. Specific tasks will include: information and management services, technical assessments and research, organization of specific training activities with a focus on a ‘train-the-trainer approach’.

II.1.5)Estimated total value
Value excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
98910000 Services specific to international organisations and bodies
II.2.3)Place of performance
NUTS code: CN China
Main site or place of performance:

China (People's Republic of) (Asia).

II.2.4)Description of the procurement:

Support for emissions trading policy dialogue and cooperation between EU and China.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Partnership Instrument.

II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See internet address provided in section I.3).

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See internet address provided in section I.3).

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 247-609360
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/04/2021
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 09/05/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

See internet address provided in section I.3). For any additional information, please refer to the document ‘Information to candidates and tenderers’.

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

See internet address provided in section I.3).

VI.5)Date of dispatch of this notice:
12/03/2021