Belgium-Brussels: Service contract ENER/C1/2014-688 — Study on technical assistance in realisation of the 2016 report on renewable energy, in preparation of the renewable energy package for the period 2020–2030 in the European Union
2015/S 092-164556
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission
Postal address: DM24 04/135
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Directorate-General for Energy
For the attention of: Jonathan Bonadio
E-mail: ener-c1-tenders@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/energy/en
Electronic access to information: https://ec.europa.eu/energy/en/funding-and-contracts/calls-tender
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 activityOther: Energy.
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:
Service contract ENER/C1/2014-688 — Study on technical assistance in realisation of the 2016 report on renewable energy, in preparation of the renewable energy package for the period 2020–2030 in the European Union.
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 tasks will be performed on the contractor's premises. However, meetings between the contractor and the Commission shall be held on Commission premises in Brussels.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The main objective of this contract is to provide a report on progress made by the 28 EU Member States in deploying and supporting RESs, in line with requirements set in Article 23 of Directive 2009/28/EC of the European Parliament and of the Council. The report will also include monitoring on biofuel sustainability as set in Articles 17 and 23 and provide an analysis in preparation of the renewable energy package for the period 2020–2030 in the European Union.
II.1.6)Common procurement vocabulary (CPV)73200000 Research and development 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:
Is estimated at 800 man-days.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 14 (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:
Please refer to tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments shall be made in accordance with the provisions specified in the draft service contract (Annex 6).
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.
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: Information must be provided as set out in the standard identification forms attached to the tender specifications:
Annex I — identification of the tenderer;
Annex II — financial identification;
Annex III — legal entity form.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The tenderers should demonstrate that they have the financial capacity to be able to handle the proposed contract by providing proof that the average annual turnover of the tenderer for the last 3 years for which the accounts have been closed has exceeded 1 000 000 EUR. In case of a consortium, this criterion applies collectively to all members of the group.
Tenderers must provide proof of their financial and economic capacity by means of the following documents: a statement of overall turnover for the last 3 financial years and the profit and loss accounts for the last 3 financial years.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Tenderers must confirm and demonstrate that their project teams have the skills and experience needed to carry out the work specified and that they meet the requirements listed below:
1) experts who will carry out the work must have worked successfully on at least 3 projects in fields related to this contract (e.g. renewable energy including modelling and data analysis on renewable energy, and biofuel and bioenergy sustainability) in the past 3 years, with a minimum value for each project of 100 000 EUR;
2) in relation to data collection, tenderers must demonstrate the proof of access authorisation to specific databases and other necessary data sources in the EU Member States and third countries for carrying out the work specified in the tender specifications, or the capacity to obtain this access should the contract be awarded to them;
3) in relation to modelling work, proof of ownership or access to relevant modelling and assessment tools;
4) ability to work with documents in the EU official languages where appropriate (e.g. work with Member State renewable energy progress reports).
Evidence of this capacity shall be furnished on the basis of the following documents:
— tenderers should list the most recent contracts and studies completed in the area related to the study-contract and the beneficiaries of these services and the specific role of each of their experts in these contracts and studies,
— tenderers should provide with their offer detailed curriculum vitae of each staff member responsible for carrying out the work, including his or her educational background and professional experience and research work relevant to the tasks to be performed, and his/her linguistic skills,
— the CVs shall be presented, preferably, in accordance with the Commission Recommendation of 11.3.2002 on a common European format for curricula vitae (CVs), published in OJ L 79 of 22.3.2002, p. 66,
— demonstration by the tenderer that he has access to relevant databases/data sources and modelling tools as defined under criteria No 2 and No 3 as well as that he has the capacity to cover languages as defined under criterion No 4,
— indication of part(s) of the contract which the service provider intends to subcontract.
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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/C1/2014-688.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 12.6.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate22.6.2015 - 17:00
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: 30.6.2015 - 10:00
Place:
Directorate-General for Energy, rue Demot 24, 1040 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative of each tenderer may attend the official opening.
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: yes
Reference to project(s) and/or programme(s): Horizon 2020 work programme.
VI.3)Additional information
Tender documents will be available at the address indicated under heading I.1. The website will be updated regularly and it is the tenderer's responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
Body responsible for mediation procedures
Official name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification letter informing about the result of the tender or, failing this, of the date on which the claimant was informed thereof. The lodging of the complaint with the European Ombudsman can neither suspend the deadline nor give rise to a new deadline.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:4.5.2015