We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 185936-2017

18/05/2017    S95

Belgium-Brussels: Smart cities and communities information system

2017/S 095-185936

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Energy, Unit C2
Postal address: DM24 03/128 (call for tenders ENER/C2/2017-97 — SCIS)
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
Contact person: Eric Lecomte
E-mail: Eric.LECOMTE@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/energy/
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=2490
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
Other activity: Energy.

Section II: Object

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

Smart cities and communities information system.

Reference number: ENER/C2/2017-097.
II.1.2)Main CPV code
71314000 Energy and related services
II.1.3)Type of contract
Services
II.1.4)Short description:

In 2014, with the EU 2030 framework for climate and energy, the EU extended its 2020 commitments to more ambitious targets by 2030:

— lower greenhouse gas emissions by 20 % in 2020 with respect to 1990 and by 40 % in 2030,

— reach a share of renewables of 20 % by 2020 and at least 27 % by 2030,

— increase energy efficiency levels by 20 % in 2020 and 27 % by 2030.

Smart cities and communities projects in the 7th research framework programme and in Horizon 2020 are demonstrating technologies and integrated solutions to contribute to the 2030 targets by the replication of these solutions across the European Union.

In continuation of the predecessor smart cities information system (SCIS) contract C2-2016-463, this present SCIS service contract is to provide expertise to monitor and analyse projects in the fields of smart cities and communities, disseminate lessons learned and issue recommendations.

II.1.5)Estimated total value
Value excluding VAT: 2 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71314200 Energy-management services
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
II.2.4)Description of the procurement:

In continuation of the predecessor smart cities information system (SCIS) contract C2-2016-463, this present SCIS service contract is to provide professional and interdisciplinary scientific expertise from relevant disciplines (e.g. constructional engineering, architecture, economy, urban and energy planning, ICT, monitoring of building and energy infrastructure performance, electro-mobility, renewable energy sources, energy systems integration, key performance indicators and standards, environment, social sciences, business models) to monitor and analyse EU co-financed projects in the fields of smart cities and communities, sustainable energy districts and energy-efficient buildings with respect to European Union energy and climate change policy, as well as other projects including the projects developed in the frame of the European innovation partnership on smart cities and communities.

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: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
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: no
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:

Participation in this procurement procedure is open on equal terms to all natural and legal persons coming within the scope of the Treaties, as well as to international organisations. It is also open to all natural and legal persons established 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 Procurement concluded within the World Trade Organisation applies, the participation in this procedure is also open to all natural and legal persons established in the countries that have ratified this Agreement, on the conditions it lays down.

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.

The tender must comply with applicable environmental, social and labour law obligations established by Union law, national legislation, collective agreements or the international environmental, social and labour conventions listed in Annex X to Directive 2014/24/EU of the European Parliament and of the Council.

A joint tender is a situation where a tender is submitted by a group of economic operators (natural or legal persons). Joint tenders may include subcontractors in addition to the members of the group.

In the case of a joint tender, all members of the group assume joint and several liability towards the contracting authority for the performance of the contract as a whole, i.e. both financial and operational liability. Nevertheless, tenderers must designate one of the economic operators as a single point of contact (the leader) for the contracting authority for administrative and financial aspects as well as operational management of the contract.

After the award, the contracting authority will sign the contract either with all members of the group, or with the leader on behalf of all members of the group, authorised by the other members via powers of attorney.

Subcontracting is permitted but the contractor will retain full liability towards the Contracting Authority for performance of the contract as a whole.

Tenderers are required to identify subcontractors whose share of the contract is above 20 % and those whose capacity is necessary to fulfil the selection criteria.

During contract performance, the change of any subcontractor identified in the tender or additional subcontracting will be subject to prior written approval of the contracting authority.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open 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.2.2)Time limit for receipt of tenders or requests to participate
Date: 30/06/2017
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 10/07/2017
Local time: 10:00
Place:

Directorate-General for Energy, rue Demot 28, office DM24 03/58, 1040 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Tenderers may attend the meeting but be represented by not more than 1 person. At the end of the opening session, the chairperson of the opening committee will indicate the names of the tenderers and the decision concerning the admissibility of each offer received. The prices mentioned in the bids will not be communicated.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu/jcms/jcms/Jo2_7033/
VI.5)Date of dispatch of this notice:
08/05/2017