Diensten - 245726-2021

17/05/2021    S94

Belgium-Brussels: EU Ecolabel and Green Public Procurement — Stakeholder Representation — 3 Lots

2021/S 094-245726

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Environment (ENV)
Postal address: ENV.A.5 – Finance, BU 9 01/005
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: B-1049
Country: Belgium
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
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=8457
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=8457
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

EU Ecolabel and Green Public Procurement — Stakeholder Representation — 3 Lots

Reference number: ENV/2021/OP/0005
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

Stakeholder representation is required to perform work on the implementation of the EU Ecolabel Scheme, including criteria development, specifically in the following areas: SMEs, Consumers, Environmental NGOs set out in the EU Ecolabel Regulation (Regulation (EC) 66/2010 of 25 November 2009).

The EU Green Public Procurement criteria development process also includes broad stakeholder consultation and requires support for NGOs to help them contribute to this process.

II.1.5)Estimated total value
Value excluding VAT: 900 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one lot only
II.2)Description
II.2.1)Title:

Stakeholder Representation: SMEs (EU Ecolabel and GPP)

Lot No: 1
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The contractor's premises.

II.2.4)Description of the procurement:

Lot 1: Stakeholder representation: SMEs (EU Ecolabel and GPP).

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: 240 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

EUR 60 000 (sixty thousand) per year X 4 years.

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:

09 02 02 (Life Op.) circular economy and quality of life.

II.2.14)Additional information

Previously Published in PIN OJS 071-179754 with an overall budget of EUR 820 000 (205 000 x 4).

II.2)Description
II.2.1)Title:

Stakeholder Representation: Consumer Organisations (EU Ecolabel)

Lot No: 2
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The contractor's premises.

II.2.4)Description of the procurement:

Lot 2: Stakeholder representation: consumer organisations (EU Ecolabel).

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: 280 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

EUR 70 000 (seventy thousand) per year x 4 years.

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:

09 02 02 (Life Op.) circular economy and quality of life.

II.2.14)Additional information

Previously Published in PIN OJS 071-179754 with an overall budget of EUR 820 000 (205 000 x 4).

II.2)Description
II.2.1)Title:

Stakeholder Representation: Environmental NGOs (EU Ecolabel and GPP)

Lot No: 3
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The contractor's premises.

II.2.4)Description of the procurement:

Lot 3: Stakeholder representation: environmental NGOs (EU Ecolabel and GPP).

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: 380 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

EUR 95 000 (ninety five thousand) per year x 4 years.

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:

09 02 02 (Life Op.) circular economy and quality of life.

II.2.14)Additional information

Previously Published in PIN OJS 071-179754 with an overall budget of EUR 820 000 (205 000 x 4).

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:

Please consult the procurement documents available at the address indicated in section I.3).

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.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in section I.3).

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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 071-179754
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/06/2021
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 24/06/2021
Local time: 10:30
Place:

Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.

Information about authorised persons and opening procedure:

Please consult the procurement documents available at the address indicated in section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please see the Reserve Clause at Point 3.5 of the tender specifications available at the address indicated in section I.3).

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: L-2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in section I.3).

VI.5)Date of dispatch of this notice:
10/05/2021