Services - 378798-2019

12/08/2019    S154

Belgium-Brussels: Assistance with the Launch of the First Call of Innovation Fund

2019/S 154-378798

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 Climate Action
Postal address: Clima A4 BU-24 0/061
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
Contact person: Markets Team
E-mail: clima-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/clima/tenders/index_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=5293
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=5293
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
General public services

Section II: Object

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

Assistance with the Launch of the First Call of Innovation Fund

Reference number: CLIMA.C.3/SER/2019/0013
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Innovation Fund is established by Article 10a(8) of Directive 2003/87/EC to support innovation in low-carbon technologies and processes in energy intensive industries (and products substituting carbon intensive ones produced in sectors listed in Annex I of the Directive), environmentally safe capture, utilisation (CCU) and storage of carbon dioxyde (CCS), and innovation renewable energy and energy storage technologies accross all Member States. The first call for proposals is planned for mid-2020.

This contract aims to deliver the essential elements and guidance for the first call and its stages: application, evaluation, selection, award and reporting. The contractor will develop related templates, methodologies and draft guidance, propose risk-sharing schemes and provide inputs for the call documentation. Further, the contractor will provide inputs for the knowledge- sharing framework of the Innovation Fund, and will actively consult stakeholders.

II.1.5)Estimated total value
Value excluding VAT: 750 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

Extra Muros.

II.2.4)Description of the procurement:

The delegated regulation on the operation of the Innovation Fund (hereinafter ‘the Regulation’) establishes rules for the implementation of the Fund, in particular organisation of the calls for proposals, the application process, and the selection of projects.

In line with the regulation, the key objectives for this procurement will be to provide the essential documentation and analytical elements for each of the key stages of the first call of the Innovation Fund: application, evaluation, selection, award and monitoring and to provide inputs for the call for proposals documentation for both large-scale and small-scale projects:

I. Application

(a) draft call for proposals text, including templates for each application phase for large-scale projects:

— expression of interest,

— full application.

(b) guidance documents to applicants, including training material;

(c) FAQ document.

II. Project selection

(a) selection criteria: methodologies for evaluation of:

— degree of innovation,

— project maturity,

— scalability.

(b) selection criteria: checklists and instructions for the evaluators, including training material;

(c) methodology for technical and financial due diligence, including templates and guidance;

(d) ranking methodology.

— based on several combinations of selection criteria, the consultants will recommend the optimal selection and ranking methods with a view to find a balanced portfolio across sectors and technologies.

III. Grant disbursement

(a) inputs to the grant agreement, including:

— milestones, in particular the definition of detailed project-specific conditions for grant disbursement and a methodology for their assessment.

— hedging mechanisms to share price/cost risks,

— verification method of GHG emissions avoidance,

— monitoring and reporting guidance

— knowledge-sharing requirements.

IV. Project development assistance (PDA)

(a) different PDA models;

(b) conditions and procedures for the PDA.

V. Small-scale projects

(a) simplified application procedure;

(b) evaluation procedure for small-scale projects;

(c) draft model grant agreement for small-scale projects;

(d) draft call for proposals text, including templates for each for small-scale projects, including guidance documents to applicants, instructions to evaluators, FAQ document.

VI. Interactions with stakeholders.

(a) the contractor will appropriately involve stakeholders to get their inputs but also test the approaches developed.

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: 750 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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: 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:

Please refer to procurement documents (see Point 1.1 to 1.6 of the tender specifications).

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 refer to procurement documents.

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: 02/10/2019
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: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 04/10/2019
Local time: 15:00
Place:

Avenue de Beaulieu, 24 — 1160 Auderghem. Room 00/36.

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
VI.3)Additional information:

In line with Annex I, Article 11.1 (e) of the Financial Regulation No 2018/1046 of 18.7.2018, 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 Annex I, Article 11.4.Tender documents will be available for download at the address indicated under Healing 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.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise 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:
31/07/2019