Services - 195358-2014

Display compact view

12/06/2014    S111

Belgium-Brussels: Framework contract for monitoring of LIFE projects (action grants and operating grants), communication about the LIFE programme and other linked activities

2014/S 111-195358

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Directorate-General for the Environment, ENV.SRD.2 — Finance
Postal address: BU 9, 01/05
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Markets Team
E-mail: env-tenders@ec.europa.eu
Telephone: +32 22960008

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/environment/funding/calls_en.htm

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=541

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 authority
European institution/agency or international organisation
I.3)Main activity
Environment
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Official name: Europan Commission, Directorate-General for Climate Action
Postal address: rue de la Loi 200
Town: Brussels
Postal code: 1049
Country: Belgium

Official name: European Commission, Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: rue de la Loi 200
Town: Brussels
Postal code: 1049
Country: Belgium

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework contract for monitoring of LIFE projects (action grants and operating grants), communication about the LIFE programme and other linked activities.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: 'Extra muros'.
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 agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 58 000 000 and 64 000 000 EUR
Frequency and value of the contracts to be awarded: Contract for 48 months.
II.1.5)Short description of the contract or purchase(s)
The overall objective of the framework contract is to provide the following services to the contracting authority:
1. assistance and financial and technical support for the monitoring of open LIFE projects (operating and action grants) and new LIFE projects selected under the first 4 calls for action grants, of which the first one is expected to be published in June 2014;
2. assistance for the evaluation and selection of proposals for traditional and integrated projects;
3. assistance in the overall analyses and reporting of the results (in terms of environmental and economic impacts and policy implications) by individual projects, strand, year, theme, Member State and the whole programme;
4. assistance and technical support for the communication activities of the LIFE programme.
The contractor may also be requested to assist in the monitoring, analysis and communication of currently running CIP eco-innovation projects.
Accordingly, this framework contract will require the contractor to make available to the Commission a pool of people able to cover this assistance and be able to respond to specific requests issued by the contracting authority.
These specific requests will include detailed technical requirements for each assignment leading to specific agreements.
The main deliverables will be agreed as part of the specific agreements undertaken in the context of the framework contract.
II.1.6)Common procurement vocabulary (CPV)

90700000 Environmental services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:

1 48-month contract. Please note that in the prior information notice OJ 2014/S 34-054570 of 18.2.2014 the budget was for 15 000 000 EUR x 4 and the title was 'Assistance and technical support for the monitoring of LIFE projects (action grants and operating grants), communication about the LIFE programme and other linked activities'.

Estimated value excluding VAT:
Range: between 58 000 000 and 64 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to tender documents. See Article 1.4 of the model contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to tender documents. See points 1.3 and 1.4 of the tender specifications.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to the tender documents. See points 1.1 and 1.6 of the tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the tender documents. See point 2.3.1 of the tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the tender documents. See point 2.3.2 of the tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
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 criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ENV.E.4/FRA/2014/0028.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 34-054570 of 18.2.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.8.2014 - 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 up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 19.8.2014 - 10:30

Place:

avenue de Beaulieu 5, 1160 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative per tenderer (with proof of identity) may attend the opening of tenders (no expenses paid).

Please inform env-tenders@ec.europa.eu of the name of the attendee in advance of the opening.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
In line with Article 134.1(f) of the rules of application to the Financial Regulation No 966/2012 of 25.10.2012, during the 3 years following conclusion of the original contract, the contracting authority will be able to use the exceptional negotiated procedure for additional services (without prior publication of a contract notice) consisting in the repetition of similar services (up to a maximum of 50 % of the original contract value) entrusted to the economic operator awarded the initial contract by the same contracting authority.
Tender specifications and related documents for this call can be downloaded from the e-tendering link given in Section I.1.
These tender specifications may be complemented by an addendum/corrigendum or 'Questions & answers'. In such a case, this information will be published at the latest 5 working days before the deadline for tender submission. You are therefore invited to consult the site regularly. The documents will be visible and downloadable but if you ‘register' to the call by simply adding your e-mail address and a password, you will be automatically informed of all changes that may be published (additional documents, answers to questions raised, etc.).
The Commission will not be liable should the tenderers not take notice of this additional information before submitting their bids.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: ecj.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise 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 as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.6.2014