Diensten - 214277-2016

25/06/2016    S121

Belgium-Brussels: Support in the preparatory work for ecodesign and energy labelling measures including tyres labelling and Energy Star labelling programme

2016/S 121-214277

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
Postal address: rue Demot 24
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1049
Country: Belgium
E-mail: ENER-TENDER-2016-537-02@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/energy/en/funding-and-contracts/calls-tender
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=1569
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 efficiency.

Section II: Object

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

Support in the preparatory work for ecodesign and energy labelling measures including tyres labelling and Energy Star labelling programme.

Reference number: ENER/C3/2016-537-02.
II.1.2)Main CPV code
73200000 Research and development consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

Article 18 of Directive 2009/125/EC of the European Parliament and of the Council stipulates that ‘the Commission shall ensure that, in the conduct of its activities, it observes, in respect of each implementing measure, a balanced participation of Member States' representatives and all interested parties concerned with the product group in question, such as industry, including SMEs and craft industry, trade unions, traders, retailers, importers, environmental protection groups and consumer organisations’.

II.1.5)Estimated total value
Value excluding VAT: 600 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Consumers NGOs: stakeholder representation

Lot No: 1
II.2.2)Additional CPV code(s)
73200000 Research and development consultancy services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

The tasks will be performed on the contractor's premises. However, meetings between the contractor and the Commission may be held on Commission premises in Brussels.

II.2.4)Description of the procurement:

The purpose of the contract is to ensure, for a 3-year period from the entry into force of the contract, that the views of European consumer organisations are well represented in the preparatory process leading to implementing measures and their reviews under the ecodesign and Energy Labelling Directive, including the assessment of voluntary agreements, both in the study phase, in the Ecodesign Consultation Forum and, if appropriate, thereafter. This shall also cover the preparatory and review processes of related policy tools, notably the Tyre Labelling Regulation and the Energy Star programme. Finally, the aim of the contract is also to ensure that consumer NGOs, being closest to consumers and citizens, provide adequate and tailor-made information to these target groups on specific EU product energy efficiency policy measures and on their impacts and benefits.

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: 300 000.00 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: yes
Identification of the project: The Horizon 2020 work programme 2016–2017.
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Environmental NGOs: stakeholder representation

Lot No: 2
II.2.2)Additional CPV code(s)
73200000 Research and development consultancy services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

The tasks will be performed on the contractor's premises. However, meetings between the contractor and the Commission may be held on Commission premises in Brussels.

II.2.4)Description of the procurement:

The purpose of the contract is to ensure, for a 3-year period from the entry into force of the contract, that the views of environmental NGOs are well represented in the preparatory process leading to implementing measures and their reviews under the ecodesign and Energy Labelling Directive, including the assessment of voluntary agreements, both in the study phase, in the Ecodesign Consultation Forum and if appropriate thereafter. This shall also cover the preparatory and review processes of related policy tools, notably the Tyre Labelling Regulation and the Energy Star programme. Finally, the aim of the contract is also to ensure that environmental NGOs, being closest to consumers and citizens, provide adequate and tailor-made information to these target groups on specific EU product energy efficiency policy measures and on their impacts and benefits.

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: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 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: yes
Identification of the project: The Horizon 2020 work programme 2016–2017.
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/08/2016
Local time: 16:00
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
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: 30/08/2016
Local time: 11:00
Place:

Directorate-General for Energy, Unit C3, rue Demot 24, office 4/101, 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 chairman 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 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/
VI.4.4)Service from which information about the review procedure may be obtained
Official 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/
VI.5)Date of dispatch of this notice:
15/06/2016