Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Energy
Postal address: rue Demot 28, 00/110 Archives
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Rita Sallustio
For the attention of: Evaluation and Impact Assessment Team
E-mail: ener-energy-evaluationandimpactassessment@ec.europa.eu
Telephone: +32 22957049
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/energy/tenders/index_en.htm
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Multiple framework contract for impact assessments and evaluations ('ex ante', intermediate and 'ex post') in the field of energy.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: The contracting party will perform the tasks in his own premises. However, missions could be necessary in all EU-28.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 4 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
This framework contract for impact assessments and evaluations has the purpose to provide the Directorate-General with services aiming to:
— support the Commission in carrying out impact assessments for the design and preparation of policy initiatives and legislative proposals so as to carry out 'ex ante' evaluations on Union policies and programmes implying a Union expenditure,
— carry out intermediate and 'ex post' evaluations to analyse the implementation, achievements and impacts of Union policies, regulatory measures and programmes in order to give evidence of the outcomes in the short and longer terms with respect to their objectives, their economic, social and environmental impact, the efficiency, the effectiveness and relevance of the funding and to provide conclusions and recommendations for improvements.
The multiple framework contract with reopening of competition will be concluded with a maximum of 5 of the best-ranked tenderers.
II.1.6)Common procurement vocabulary (CPV)79419000 Evaluation consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The 'multiple framework contract with reopened competitions' will be concluded with a maximum of 5 of the best-ranked tenders.
Estimated value excluding VAT: 4 000 000 EUR
II.2.2)Information about optionsOptions: yes
Description of these options: The framework contract will be concluded for a period of 1 year from when it is signed, and may be renewed automatically up to 3 times under the same conditions, unless written notification to the contrary is sent by one of the contracting parties and received by the other before expiry of the 1-year period. The total duration of a framework contract will not exceed 4 years from when it is first signed.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Terms of payments for the specific contract under this framework contract are those in force at the European Commission (see draft contract special conditions — Article 1.4.2 and specific contract).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender specifications chapter 1.3.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tender specifications — chapter 2.2 and related Annex 2.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender specifications — selection criteria chapter 2.3.
Minimum level(s) of standards possibly required: See tender specifications — selection criteria chapter 2.3.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications — selection criteria chapter 2.3.
Minimum level(s) of standards possibly required:
See tender specifications — selection criteria chapter 2.3.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Understanding of the background. Weighting 30
2. Quality of the proposed methodology. Weighting 30
3. Organisation of the work. Weighting 20
4. Quality control measure. Weighting 10
5. Clarity and completeness of the offer. Weighting 10
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ENER/A4/516/2014.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate3.6.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 16.6.2014 - 15:30
Place:
rue Demot 24, 1040 Brussels, BELGIUM — Office No 4, 6th floor.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representative of tenderers: maximum 1 person per tenderer.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have an effect either to suspend this period or to open a new period for lodging.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:15.4.2014