Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Service contract regarding a study on 'Mapping and analyses of the current and future (2020–2030) heating/cooling fuel deployment (fossil/renewables)'.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 8: Research and development services
Main site or location of works, place of delivery or of performance: The tasks will be performed in the contractor's premises. All meetings between the contractor and the Commission shall be held on the Commission's premises in Brussels, unless agreed otherwise with the EC on a case-by-case basis.
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)
One of the major challenges Europe will face in the coming decades is to make its energy system more secure, more efficient and cleaner, while ensuring EU industrial leadership in low-carbon energy technologies. To help achieve such ambitious objectives, the Horizon 2020 call for competitive low-carbon energy technologies aims at developing and accelerating the time-to-market of affordable, cost-effective and resource-efficient technology solutions, to decarbonise the energy system in a sustainable way, to secure energy supply and to complete the internal energy market in line with the objectives of the EU energy legislation and energy policies designed to deliver the 2020 targets and to shape energy market frameworks for 2030.
The Commission set out its strategy to enable the EU to have a world-class technology and innovation sector in the strategic energy technology plan (SET-Plan). In its 2013 communication on 'Energy technologies and innovation' the Commission said it would develop an integrated roadmap for all energy technologies, which will include energy efficiency and renewable energy sources for heating and cooling in the entire energy generation-consumption value chain.
Heating and cooling (H&C) are energy commodities that are widespread. They account for a large share of final energy consumption in Europe. However, the dispersed nature of the applications for heating and cooling makes accurate quantification difficult. Heating and cooling demand is currently mostly met by fossil fuels. Heating and cooling demand could be reduced by energy efficiency measures applied to building envelopes and by increasing the conversion efficiency of the heating and cooling technologies. There is, however, a large untapped potential to increase the use of indigenous renewable sources (in particular biomass, geothermal and solar) and to replace fossil fuels in the H&C sector.
II.1.6)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services, 79300000 Market and economic research; polling and statistics, 79900000 Miscellaneous business and business-related services, 72000000 IT services: consulting, software development, Internet and support, 72300000 Data services, 72400000 Internet services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 90000000 Sewage, refuse, cleaning and 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)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:
Maximum total price 1 300 000 EUR.
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: 16 (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:
Payments shall be made in accordance with the provisions specified in Article 1.4 of the draft service contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Groupings, irrespective of their legal form, may submit bids. Tenderers may, after forming a grouping, submit a joint bid on condition that it complies with the rules of competition. Such groupings (or consortia) must specify the company or person heading the project and must also submit a copy of the document authorising this company or person to submit a bid. If awarded, the contract will be signed by the company or the person heading the project, who will be, vis-à-vis the Commission, the only contracting party responsible for the performance of this contract. Tenders from a consortium of firms or groups of service providers, contractors or suppliers must specify the role, qualifications and experience of each member of the consortium or group.
Each member must provide all the necessary documents for assessing the bid as a whole with regard to the exclusion criteria, selection criteria (in their entirety) and award criteria.
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 and formalities necessary for evaluating if the requirements are met: The tenderer's identification form in Annex 1 shall be filled in and signed by:
— the tenderer (including any member of a consortium or grouping),
— subcontractor(s) whose share of the work represents more than 20 % of the contract.
In order to prove their legal capacity and their status, all tenderers (including any member of a consortium or grouping) must provide a signed legal entity form with its supporting evidence. The form is available on:
http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal_entities_en.cfm
Tenderers that are already registered in the contracting authority's accounting system (i.e. they have already been direct contractors) must provide the form but are not obliged to provide the supporting evidence.
If it has not been included with the legal entity form, tenderers must provide the following information.
— for legal persons, a legible copy of the notice of appointment of the persons authorised to represent the tenderer in dealings with third parties and in legal proceedings, or a copy of the publication of such appointment if the legislation which applies to the legal entity concerned requires such publication. Any delegation of this authorisation to another representative not indicated in the official appointment must be evidenced,
— for natural persons, where applicable, a proof of registration on a professional or trade register or any other official document showing the registration number.
The tenderer (only the leader in the case of a joint tender) must provide a financial identification form and supporting documents. The form is available on: http://ec.europa.eu/budget/contracts_grants/info_contracts/index_en.cfm
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: In order to prove their economic and financial capacity, the tenderer (in the case of a joint tender, the combined capacity of all tenderers and identified subcontractors) must comply with the following criteria:
— an average annual turnover of a minimum of 400 000 EUR for each of the last 3 financial years for which accounts have been closed.
The following evidence should be provided:
— copy of profit and loss account for the last 3 financial years, and a statement of overall turnover for the last 3 financial years for which accounts have been closed.
If, for some exceptional reason which the contracting authority considers justified, a tenderer is unable to provide one or the other of the above documents, he or she may prove his or her economic and financial capacity by any other document which the contracting authority considers appropriate. In any case, the contracting authority must at least be notified of the exceptional reason and its justification in the tender. The Commission reserves the right to request any other document enabling it to verify the tenderer's economic and financial capacity.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Tenderers (in the case of a joint tender, the combined capacity of all tenderers and identified subcontractors) must comply with the following criteria:
— the tenderer must prove experience in the field of energy statistics, energy technologies, energy scenario analysis, economics of energy, EU energy policy with at least 2 studies delivered in each one of the above fields in the last 3 years with a minimum value, for each study, of 200 000 EUR,
— the tenderer must prove capacity to draft reports in English,
— the tenderer must prove experience in survey techniques, data collection, statistical analyses and drafting reports and recommendations.
Minimum level(s) of standards possibly required:
The team delivering the service should include, as a minimum, the following profiles:
project manager: at least 12 years of experience in project management, including overseeing project delivery, quality control of delivered service, client orientation and conflict resolution experience in projects of a similar size (at least 1 300 000 EUR), covering at least half (by population) of the 31 countries to be covered by the tender (28 EU Member States plus Iceland, Norway and Switzerland) and in the subject area of this tender, with experience in the management of team of at least 20 people;
1 expert in each field mentioned above: relevant higher education degree and/or 10 years' professional experience in the field of energy statistics, energy technologies, energy scenario analysis, economics of energy and EU energy policy.
Collectively, the team must have the capacity to identify and understand the relevant data necessary for the study in the languages of the countries covered by the study.
The following evidence should be provided to fulfil the above criteria:
— list of relevant services provided in the past 3 years, with sums, dates and recipients, public or private. The most important services shall be accompanied by certificates of satisfactory execution, specifying that they have been carried out in a professional manner and have been fully completed,
— the educational and professional qualifications of the persons who will provide the service for this tender (CVs) including the management staff. Each CV provided should indicate the intended function in the delivery of the service.
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/C2/2014-641.
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 participate4.8.2014 - 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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersDate: 21.8.2014 - 10:00
Place:
Directorate-General for Energy, 1st floor, room 105, 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: Tenderers may attend the meeting but can 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 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 2014–2015.
10. Secure, clean and efficient energy.
Other actions.
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 plaintiff being notified or, failing this, of the date on which it became known to them.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:12.6.2014