Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, ENER — Energy, ENER.C.4 — Energy Efficiency: Buildings and Products
Postal address: 24-26, rue Jean-André de Mot, Jean-André de Motstraat
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: B-1049
Country: Belgium
E-mail:
ener-c4-tenders@ec.europa.euInternet address(es): Main address:
https://ec.europa.eu/energy/ I.3)CommunicationAdditional information can be obtained from 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:
Single Framework Contract for the Provision of Services and Technical Assistance for Testing Campaigns of Energy-related Products Subject to Ecodesign or Energy Labelling
Reference number: ENER/2020/OP/0009
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The present tender, which gives the commission the possibility to launch testing campaigns of products covered by ecodesign and energy labelling during a period of 4 years, is intended to bring a valuable contribution to the EU 2030 energy efficiency targets and to contribute to the European Green Deal and its long-term carbon neutrality objectives. Indeed, market surveillance is an effective way to generate additional energy savings, because of the high leverage gained through increased compliance to the rules, by removing more non-compliant products from the market and by increasing overall compliance levels through a reinforced perception that the market is effectively surveyed. The concept of such testing campaign was initially raised in the context of the task force that DG ENER has set up with member states to deal with gap to the energy efficiency 2020 targets.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)73000000 Research and development services and related consultancy services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
24-26, rue Jean-André de Mot, Jean-André de Motstraat, B -1049 Brussels, BELGIUM.
II.2.4)Description of the procurement:
Single framework contract for the provision of services and technical assistance for testing campaigns of energy-related products subject to ecodesign or energy labelling.
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: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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: yes
Identification of the project:
See Internet address provided in section I.3).
II.2.14)Additional information
See Internet address provided in section I.3).
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:
See internet address provided in section I.3).
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.2.2)Contract performance conditions:
See internet address provided in section I.3).
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 30/09/2020
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: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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 01/10/2020
Local time: 10:00
Place:
24-26, rue Jean-André de Mot, Jean-André de Motstraat, B -1049 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
See internet address provided in section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
See internet address provided in section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:29/07/2020