Services - 56952-2023

27/01/2023    S20

Belgium-Brussels: Environmental issues consultancy services

2023/S 020-056952

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union, represented by the European Commission
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: B-1049
Country: Belgium
E-mail: INTPA-TENDERS-0005@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/europeaid/general_en
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=13165
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=13165
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:

EU technical facility for biodiversity and ecosystems services (B4Life 2.0)

Reference number: INTPA/2023/EA-RP/0005
II.1.2)Main CPV code
90713000 Environmental issues consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The EU technical facility for biodiversity and ecosystems services (B4Life 2.0) will consists of setting up and running a Technical Assistance Facility to provide support and expertise in the sector of biodiversity, ecosystem services and natural resources management, to EU staff in Headquarters (from DG INTPA and DG NEAR) and in Delegations, as well as to partner countries.

II.1.5)Estimated total value
Value excluding VAT: 6 730 304.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
90713000 Environmental issues consultancy services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

Worldwide

II.2.4)Description of the procurement:

The EU technical facility for biodiversity and ecosystems services (B4Life 2.0), is part of the European Green Deal Knowledge Hub, which aims at supporting the implementation of the external dimension of the European Green Deal in partner countries. This objective is supported by the EU’s endeavor towards the adoption of an ambitious new Global Biodiversity Framework 2030 and its commitment to double EU external funding to biodiversity, especially for the most vulnerable countries, under the current multiannual financial framework 2021-2027. Under this framework, The EU technical facility for biodiversity and ecosystems services (B4Life 2.0) will consists of setting up and running a Technical Assistance Facility to provide support and expertise in the sector of biodiversity, ecosystem services and natural resources management, to EU staff in Headquarters (from DG INTPA and DG NEAR) and in Delegations, as well as to partner countries. It will succeed to the previous B4Life facility (which expires in March 2023) and will provide continuous advisory service to EU staff, ad hoc short term technical assistance on specific missions and backstopping services for the monitoring, reporting and visibility of EU’s contribution to the sector.

The expected outputs of this contract are:

• Output 1: The quality and impact of EU external actions in support to biodiversity is improved and promotes an integrated (and gender responsive) approach to biodiversity and natural ecosystems conservation, restoration and management;

• Output 2: The protection of biodiversity and ecosystem services and the use of nature-based solutions is improved in EU external actions that are not specific to the biodiversity sector;

• Output 3: The capacity of EU staff and relevant development partners on biodiversity and the use of nature-based solutions for sustainable development is enhanced (including associated crosscutting issues such as women participation, protection of the rights of indigenous people and local communities - IPLCs, use of innovative finance options, etc);

• Output 4: The position and perception of the EU as a global leader on the front of biodiversity conservation is strengthened;

• Output 5: Financial contributions to biodiversity objectives are systematically tracked in all operations financed by the EU, and the contribution of EU development operations to biodiversity-related objectives is adequately monitored, analysed and reported on.

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: 6 730 304.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

The number of candidates is not limited. Please consult the procurement documents available at the address indicated in Section I.3.

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: yes
Identification of the project:

Global Challenge

II.2.14)Additional information

Provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 100 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

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 consult the procurement documents available at the address indicated in Section I.3.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in Section I.3.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 01/03/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 04/04/2023
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: 3 (from the date stated for receipt of tender)

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
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3. For any additional information, please refer to the document A5f "Additional information about the Contract Notice".

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
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in Section I.3.

VI.5)Date of dispatch of this notice:
23/01/2023