Belgium-Brussels: Assessment of climate action in the programmes prepared by the Member States for co-funding from the European Regional Development Fund (ERDF), the Cohesion Fund (CF), The Common Agriculture Policy (CAP)
2019/S 155-381211
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
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:
Assessment of climate action in the programmes prepared by the Member States for co-funding from the European Regional Development Fund (ERDF), the Cohesion Fund (CF), The Common Agriculture Policy (CAP)
Reference number: CLIMA.A.3/C.3/C.1/SER/2019/0014
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
DG CLIMA has identified a need for consultant support to succeed in the comprehensive monitoring of climate mainstreaming. The scope of this call for tender (contracts) is limited currently to the following funds: European Regional Development Fund (ERDF), the Cohesion Fund (CF), the European Social Fund (ESF+), the European Agricultural Guarantee Fund (EAGF) and the European Agricultural Fund for Rural Development (EAFRD). The distinct contracts concern the assessment of climate action in the relevant programmes and plans prepared by the Member States under the Structural and Agricultural funds listed, to be carried out under tight deadlines, and by multi-language expert teams.
II.1.5)Estimated total valueValue excluding VAT: 2 350 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Mainstreaming of climate change mitigation and adaptation in European Regional Development Fund and Cohesion Fund Programmes 2021-2027
Lot No: 1
II.2.2)Additional CPV code(s)90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The distinct contracts concern the assessment of climate action in the relevant programmes and plans prepared by the Member States under the Structural and Agricultural funds listed, to be carried out under tight deadlines, and by multi-language expert teams. It is important, in the contractor’s scrutiny of the climate-relevant parts in a given programme, to carry out an ex-ante evaluation to prepare the assessment (when possible), to identify and propose – where relevant – additional climate action, which can increase the climate-related expenditure for climate change mitigation, adaptation and sustainable energy.
The assessment of proposals submitted by the Member States shall be duly substantiated, based on an analysis of the country-specific situation, the (partnerships and) draft programmes, and the identification of climate needs, challenges and potential to step up climate ambition. Consistency between the National Energy and Climate Plans (NECPs) and the draft (partnerships and) programmes will be an important cross-cutting element in such assessments, for example as regards infrastructure investments and other sectoral investments in certain funds.
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: 1 350 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 14
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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Support to the assessment of the climate ambition of CAP Strategic Plans
Lot No: 2
II.2.2)Additional CPV code(s)90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The distinct contracts concern the assessment of climate action in the relevant programmes and plans prepared by the Member States under the Structural and Agricultural funds listed, to be carried out under tight deadlines, and by multi-language expert teams. It is important, in the contractor’s scrutiny of the climate-relevant parts in a given programme, to carry out an ex-ante evaluation to prepare the assessment (when possible), to identify and propose – where relevant – additional climate action, which can increase the climate-related expenditure for climate change mitigation, adaptation and sustainable energy.
The assessment of proposals submitted by the Member States shall be duly substantiated, based on an analysis of the country-specific situation, the (partnerships and) draft programmes, and the identification of climate needs, challenges and potential to step up climate ambition. Consistency between the National Energy and Climate Plans (NECPs) and the draft (partnerships and) programmes will be an important cross-cutting element in such assessments, for example as regards infrastructure investments and other sectoral investments in certain funds.
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: 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: 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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Support to the assessment of the climate ambition in the European Social Fund Plus
Lot No: 3
II.2.2)Additional CPV code(s)90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
The distinct contracts concern the assessment of climate action in the relevant programmes and plans prepared by the Member States under the Structural and Agricultural funds listed, to be carried out under tight deadlines, and by multi-language expert teams. It is important, in the contractor’s scrutiny of the climate-relevant parts in a given programme, to carry out an ex-ante evaluation to prepare the assessment (when possible), to identify and propose – where relevant – additional climate action, which can increase the climate-related expenditure for climate change mitigation, adaptation and sustainable energy.
The assessment of proposals submitted by the Member States shall be duly substantiated, based on an analysis of the country-specific situation, the (partnerships and) draft programmes, and the identification of climate needs, challenges and potential to step up climate ambition. Consistency between the National Energy and Climate Plans (NECPs) and the draft (partnerships and) programmes will be an important cross-cutting element in such assessments, for example as regards infrastructure investments and other sectoral investments in certain funds.
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: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: 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: 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 registersList 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 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:
Please refer to procurement documents.
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.2.2)Time limit for receipt of tenders or requests to participateDate: 04/10/2019
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/10/2019
Local time: 15:00
Place:
Avenue de Beaulieu, 24 - 1160 Auderghem. Salle 00/036.
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: clima-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 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.4.3)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:01/08/2019