Palvelut - 438489-2015

Näytä suppea näkymä

15/12/2015    S242

Belgium-Brussels: Sustainable energy investment forums: supporting an investment momentum in the EU

2015/S 242-438489

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: The Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Rogier 16, Office 12/25
Town: Brussels
Postal code: 1210
Country: Belgium
For the attention of: L. Vari
E-mail: easme-procurement@ec.europa.eu
Telephone: +32 22999440
Fax: +32 22973512

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/easme

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1185

Further information can be obtained from:
Official name: The Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Rogier 16, Office 12/25
Town: Brussels
Postal code: 1210
Country: Belgium
For the attention of: L. Vari
E-mail: easme-procurement@ec.europa.eu
Telephone: +32 22999440
Fax: +32 22973512
Internet address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1185

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: The Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Rogier 16, Office 12/25
Town: Brussels
Postal code: 1210
Country: Belgium
For the attention of: L. Vari
E-mail: easme-procurement@ec.europa.eu
Telephone: +32 22999440
Fax: +32 22973512
Internet address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1185

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Sustainable energy investment forums: supporting an investment momentum in the EU.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: The tasks are to be performed at the premises designated by the contractor, with the exception of the EASME or the European Commission's premises. A maximum of 14 coordination meetings with the EASME will be held in Brussels.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Sustainable energy investments are currently not sufficient to achieve the EU's climate and energy goals for 2020 and 2030, in particular regarding energy efficiency. Many factors account for this, impacting both the demand and supply side of sustainable energy investments.
This contract addresses the insufficient capacity of and lack of cooperation between public and private stakeholders at national level to develop large-scale investment programmes and financing schemes. At the end of the contract, the situation should be changed in each of the targeted Member States as follows:
— the key public and private stakeholders have started to cooperate on sustainable energy finance, through participation in a first national roundtable, and have set the basis for a longer term cooperation in the frame of a ‘national sustainable energy financing roundtable’. This cooperation aims to develop a common understanding of issues, develop roadmaps to improve access to finance for sustainable energy investments, and propose evolutions in the policy and regulatory frameworks. Further, the objective of the tender is to form a systematic dialogue and cooperation among main stakeholders at the national level, ensuring a coherent linkage between policy, market and finance,
— public authorities and private actors have increased their capacity to develop large-scale investment programmes relying on innovative financing solutions and involving (to a large extent) private finance.
The contract aims at organising exchanges of best practices between stakeholders working in different countries on topics related to sustainable energy finance.
The specific objectives of the contract will be the following:
1. triggering momentum and starting a systematic cooperation between key stakeholders on the topic of sustainable energy finance at national level, mainly through the organisation of roundtables and their follow-up;
2. building capacity on developing and sustainable energy investments through broad promotion of successful or promising investment projects in the EU (but always relevant to the context of a given country);
3. organisation of EU networking events.
II.1.6)Common procurement vocabulary (CPV)

79000000 Business services: law, marketing, consulting, recruitment, printing and security, 71314300 Energy-efficiency consultancy services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated maximum amount for the execution of all the tasks referred to in this call for tenders is 1 600 000 EUR including all charges, and costs, and reimbursable expenses. No contract offer above this amount will be considered. The workload is estimated between 1 100 and 1 400 person-days.
The contract will cover at least 15 EU Member States. However, the Member States will only be fully identified during the course of the contract. Tenderers must demonstrate their capacity to carry out the contract activities in the 28 EU Member States, although not all Member States will be covered.
Estimated value excluding VAT: 1 600 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender specifications.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender specifications.
Minimum level(s) of standards possibly required: See tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender specifications.
Minimum level(s) of standards possibly required:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EASME/H2020/EE/2015/029.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
14.3.2016
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 23.3.2016 - 14:30

Place:

The Executive Agency for Small and Medium-sized Enterprises (EASME), Covent Garden 2, Room COV2 12/191, place Rogier 16, 1210 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenderers wishing to attend are requested to notify their intention by sending an e-mail at least 48 hours in advance to the following address:

easme-procurement@ec.europa.eu

This notification should be signed by an authorising officer of the tenderer and specify the name of the person who will attend the opening session on behalf of the tenderer. At the end of the opening session, the Chairman of the opening committee will indicate the names of the tenderers and the decision concerning the admissibility of each tender received; the prices mentioned in the bids will not be communicated.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): This call for tender is based on the Regulation (EU) No 1291/2013 of the European Parliament and of the Council of 11.12.2013 establishing Horizon 2020 — the Framework Programme for Research and Innovation (2014–2020) and repealing Decision No 1982/2006/EC and the Council Decision of 3.12.2013 establishing the specific programme implementing Horizon 2020 — the Framework Programme for Research and Innovation (2014–2020) and repealing Decisions 2006/971/EC, 2006/972/EC, 2006/973/EC, 2006/974/EC and 2006/975/EC.
More particularly, it is based on the Horizon 2020 Work Programme 2014–2015, ‘Secure, clean and efficient energy’, European Commission Decision C(2014)9294 of 10.12.2014.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer, Kirchberg
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of the notification of the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer, Kirchberg
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.5)Date of dispatch of this notice:
3.12.2015