Services - 576682-2018

29/12/2018    S250

Belgium-Brussels: Supporting Fluorinated Greenhouse Gas Policies (4 Lots)

2018/S 250-576682

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Climate Action
Postal address: CLIMA A.4 – Financial Resources and Planning BU-24 00/061
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
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=4329
Additional information can be obtained from the abovementioned address
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:

Supporting Fluorinated Greenhouse Gas Policies (4 Lots)

Reference number: CLIMA.A.2/SER/2018/0011
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

For the successful implementation of Regulation (EU) No. 517/2014, it is necessary to put a contract in place for the future (Lot 2) to support implementation. Likewise international negotiations need technical input and outreach on our policies is necessary (Lot 1). The phase-down needs to be implemented smoothly and a close following of its impacts on the market is necessary (Lot 3). In order to fulfil our obligations under Article 21(2) and 21(4) of the Regulation, requiring reports on HFC availability and alternatives to using SF6 in switchgear as well as alternatives that could replace HFCs in split air conditioning, it is necessary to put lot 4 in place.

II.1.5)Estimated total value
Value excluding VAT: 400 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 4
II.2)Description
II.2.1)Title:

International Fluorinated Greenhouse Gas/Ozone Depleting Substances Issues and Dissemination

Lot No: 1
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 general objectives of this lot are to ensure sufficient technical support during the negotiations at international meetings under the Montreal Protocol and to support DG CLIMA in outreach activities, especially on low Global Warming Potential (GWP) alternatives as well as on policy options and scenarios, including at international level.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Preparation and support of Montreal Protocol negotiations (Task 1) / Weighting: 45
Quality criterion - Name: Outreach activities (Task 2) / Weighting: 15
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
Price - Weighting: 50/50
II.2.6)Estimated value
Value excluding VAT: 70 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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

One tenderer may bid for any number of lots.

II.2)Description
II.2.1)Title:

Domestic Support

Lot No: 2
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 general objective is to support DG CLIMA in implementing the (new) F-gas and Ozone Layer Protection policies. The specific objectives of this tender are to obtain:

— support for the domestic implementation of the F-gas Regulation, in particular as regards the HFC Registry, reporting, quotas, help desk for companies and compliance issues,

— support in the analysis of the derogation requests under the Ozone Regulation.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Further development of fluorinated gas portal and BDR reporting sheets (Task 1) / Weighting: 10
Quality criterion - Name: Calculation of reference values and quotas (Task 2) / Weighting: 20
Quality criterion - Name: Helpdesk function and monitoring (Task 3) / Weighting: 20
Quality criterion - Name: Technical support (Task 4) / Weighting: 10
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
Price - Weighting: 50/50
II.2.6)Estimated value
Value excluding VAT: 170 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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

One tenderer may bid for any number of lots.

II.2)Description
II.2.1)Title:

HFC Price and Phase-down monitoring

Lot No: 3
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 general objective is to analyse the market and economic aspects of the supply of and demand for HFCs and alternative technologies for internal use by DG CLIMA, supporting the monitoring of the effects of Regulation (EU) No 517/2014.

The specific objectives of this contract are to:

— monitor and analyse the market and price developments on the global and EU market for HFCs,

— assess the functioning and impacts of the quota system,

— analyse the impact of the phase-down on innovation in the relevant sectors,

— assess the magnitude of illegal trade and identify non-compliant companies when possible.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Monitor prices and gas availability (Task 1) / Weighting: 20
Quality criterion - Name: Functioning of the quota system (Task 2) / Weighting: 10
Quality criterion - Name: Innovation (Task 3) / Weighting: 15
Quality criterion - Name: Identifying illegal trade (Task 4) / Weighting: 15
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
Price - Weighting: 50/50
II.2.6)Estimated value
Value excluding VAT: 90 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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

One tenderer may bid for any number of lots.

II.2)Description
II.2.1)Title:

Reports on SF6 and Split Air Conditioning

Lot No: 4
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 general objective is to collect, including through EU wide surveys and stakeholder consultations, as well as analyse the pertinent information to support the Commission in issuing assessment reports on switchgears and split A/C systems as referenced above. Furthermore, the work of the consultants should produce recommendations towards further developing EU policies in these areas.

The specific objectives of this tender are to:

Produce an overview of relevant existing alternatives and of ongoing R&D activities for these sectors in the European Union;

Assess the EU market potential of existing alternatives in accordance with the 4 criteria of cost-effectiveness, technical feasibility, energy efficiency and reliability;

Produce recommendations towards further developing EU policies in these areas.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: SF6 in switchgears (Task 1) / Weighting: 45
Quality criterion - Name: Single split AC (Task 2) / Weighting: 15
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
Price - Weighting: 50/50
II.2.6)Estimated value
Value excluding VAT: 70 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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

One tenderer may bid for any number of lots.

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.

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: 25/02/2019
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/03/2019
Local time: 10:30
Place:

Avenue de Beaulieu 24, 1160 Brussels, Belgium. Room 00/36

Information about authorised persons and opening procedure:

A maximum of two 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 recurrence
This is a recurrent procurement: no
VI.3)Additional information:

In line with Article 134.1.e) of the Rules of Application to the Financial Regulation No. 2015/1929 of 30.10.2015, 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 paragraph 4 of Article 134.

Tender documents will be available for download at the address indicated under Heading 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: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303100
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 two 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:
19/12/2018