Services - 258420-2020

04/06/2020    S107

Belgium-Brussels: Operation of the Secretariat of the Initiative for Coal Regions in Transition in the Western Balkans and Ukraine

2020/S 107-258420

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, ENER — Energy, ENER.B.3 — Retail markets, consumers and local initiatives
Postal address: 24-26, rue Jean-André de Mot, Jean-André de Motstraat
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: B -1049
Country: Belgium
Contact person: Lapinova Jana
E-mail: ENER-B3-TENDERS@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/energy/
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=6452
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

Section II: Object

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

Operation of the Secretariat of the Initiative for Coal Regions in Transition in the Western Balkans and Ukraine

Reference number: ENER/2020/OP/0007
II.1.2)Main CPV code
79412000 Financial management consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The subject matter of the contract is to setup a secretariat aimed at providing logistical support for the implementation of 5 components, such as create an open platform, building ties between EU coal regions and their counterparts in the Western Balkans and Ukraine through twinnings, building capacity of relevant stakeholders in the Western Balkans and Ukraine on transition-related issues through an academy, providing technical assistance in the form of expert support to a limited number of pilot regions and helping coal regions accessing financing for transition projects or programmes.

II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79421100 Project-supervision services other than for construction work
79421200 Project-design services other than for construction work
09242100 Coal oil
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:

The subject of this call for tenders is the operation of the secretariat of the initiative for coal regions in transition in the Western Balkans and Ukraine. Main task comprise:

— create an open platform allowing for a region-wide, multi-stakeholder dialogue and providing a space for sharing experience, knowledge and best practices on transition-related issues between coal regions in the Western Balkans and Ukraine;

— building ties between EU coal regions and their counterparts in the Western Balkans and Ukraine through twinnings, as a way to foster exchanges and transfers of knowledge, experience and best practices on transition-related issues;

— building capacity of relevant stakeholders in the Western Balkans and Ukraine on transition-related issues through an academy providing dedicated trainings on governance, community engagement, environmental reclamation, repurposing of land and assets;

— providing technical assistance in the form of expert support to a limited number of pilot regions in the Western Balkans and Ukraine in order to develop transition roadmaps to be used and implemented by relevant public authorities;

— helping coal regions accessing financing for transition projects or programmes, based on various available sources, including from the European Commission, World Bank and European Bank for reconstruction and development.

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: 3 000 000.00 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: yes
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: no
II.2.14)Additional information

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:

See internet address provided 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:

See internet address provided 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.2.2)Time limit for receipt of tenders or requests to participate
Date: 17/07/2020
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:
English
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: 20/07/2020
Local time: 10:00
Place:

DG Energy, rue de Mot 24, 1049 Brussels, office 03/37

Information about authorised persons and opening procedure:

Tenderers may attend the opening of tenders but be represented by no more than 1 person. At the end of the opening session, the Chairman of the opening committee will indicate the name of the tenderers and the decision concerning the admissibility of each offer received. The price 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: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO BOX 403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 3881-72313
Internet address: http://www.ombudsman.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in section I.3).

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
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
28/05/2020