Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Input and Participation of SME Associations and Environmental NGOs into Environmental Footprint TAB and PEFCR/OEFSR development (2 Lots)
Reference number: ENV.B.1/SER/2018/0010
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
In the coming years, businesses will have the possibility to volunteer to develop rules for calculating the Environmental footprint for their products or sector based on the Product and Organisation environmental footprint methods, through a multi-stakeholder process.
Input from environmental NGOs and organisations representing SMEs is needed in the development or update of Product environmental footprint category rules (PEFCR) and Organisation environmental footprint sector rules (OEFSR). Furthermore, the contractor will be expected to contribute to shaping solutions to technical (Life Cycle Assessment) issues related to the implementation of the Environmental footprint methods and the product — and sector-specific rules, and provide comments to drafts and participate in the discussions related to developments in the Technical advisory board (TAB). The contractor will gather input from its membership to convey consolidated input.
II.1.5)Estimated total valueValue excluding VAT: 240 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Stakeholder representation: Environmental NGOs
Lot No: 1
II.2.2)Additional CPV code(s)90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
Providing the services tendered requires expertise in Life Cycle Assessment and knowledge of EU instruments for environmental product policy (e.g. EU Ecolabel, Ecodesign, Environmental Footprint).
Services will include participation in 4 Technical Secretariats (the volunteers leading the development of product — or sector-specific rules), participating in the work of the governance bodies of the process, providing comments on drafts and gathering comments from their membership.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 120 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Open call for tender. Service Contract for a duration of 12 months. Contract is renewable twice (overall total of 36 months). Yearly budget of 40 000 EUR therefore a total budget of 120 000 EUR over 36 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Please note this was previously published in the PIN OJ 2018/S 056-123139 on 21.3.2018 with the title: 'Support to SMEs and environmental NGOs for the participation in Environmental Footprint TAB and PEFCR/OEFSR development.'.
II.2)Description
II.2.1)Title:
Stakeholder representation: SMEs
Lot No: 2
II.2.2)Additional CPV code(s)90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
Providing the services tendered requires expertise in Life Cycle Assessment and knowledge of EU instruments for environmental product policy (e.g. EU Ecolabel, Ecodesign, Environmental Footprint).
Services will include participation in 4 Technical secretariats (the volunteers leading the development of product — or sector-specific rules), participating in the work of the governance bodies of the process, providing comments on drafts and gathering comments from their membership.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 120 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 36
This contract is subject to renewal: yes
Description of renewals:
Open call for tender. Service Contract for a duration of 12 months. Contract is renewable twice (overall total of 36 months). Yearly budget of 40 000 EUR therefore a total budget of 120 000 EUR over 36 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Please note this was previously published in the PIN OJ 2018/S 056-123139 on 21.3.2018 with the title: 'Support to SMEs and environmental NGOs for the participation in Environmental Footprint TAB and PEFCR/OEFSR development.'.
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 registersList and brief description of conditions:
Please refer to procurement documents (see Point 1.1 and 1.7 of the tender specifications).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation 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 procedureOpen 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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/07/2018
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 19/07/2018
Local time: 10:30
Place:
Avenue de Beaulieu 5, B — 1160 Brussels. Salle D.
Information about authorised persons and opening procedure:
A maximum of 2 representatives per tender may attend the opening (no expenses paid).
For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to: env-tenders@ec.europa.eu
Failing that, the Contracting Authority reserves the right to refuse access to its premises.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
In line with Article 134.1.e) of the Rules of Application to the Financial Regulation Nº 2015/1929 of 30.10.2015, during the 3 years following conclusion of the original contract, the Contracting Authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same Contracting Authority awarded an original contract, provided that these services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in paragraph 4 of Article 134.
Tender documents will be available for download at the address indicated under Heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
You may submit any observations concerning the award procedure to the contracting authority indicated under Heading I.1.
If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http:// www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time-limit to launch an appeal or to open a new period for lodging an appeal.
Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.
VI.5)Date of dispatch of this notice:30/05/2018