MINISTRY OF FOREIGN AFFAIRS, DEPARTMENT FOR EUROPEAN NEIGHBOURHOOD has floated a tender for Contract notice: Energy and related services. The project location is Denmark and the tender is closing on 05 May 2020. The tender notice number is 159522-2020, while the TOT Ref Number is 42039144. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Denmark

Summary : Contract notice: Energy and related services

Deadline : 05 May 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 42039144

Document Ref. No. : 159522-2020

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MINISTRY OF FOREIGN AFFAIRS, DEPARTMENT FOR EUROPEAN NEIGHBOURHOOD
Office Name: Ministry of Foreign Affairs, Department for European Neighbourhood
Address: Asiatisk Plads 2
Town: Copenhagen
Postal Code: 1448
Contact Point: Lotte Mindedal
Denmark
Email :lotmin@um.dk
URL :http://um.dk/en/danida-en/

Tender Details

Object of the contract
Energy and related services

Description: Contract notice: Energy and related services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 71314000, 75211200, 71314000, 75211200
CPV Description: Energy and related services.

Foreign economic-aid-related services.

Tender for enabling environment for sustainable energy in Georgia

Reference Number : 2020-5376

The objective of the project is to deliver Technical Assistance (TA) to key energy authorities in Georgia, in order to reduce greenhouse gas emissions and increased investment in the green energy transition facilitated by a strengthened enabling environment.

Main Site : Georgia.

The intended impact of the project is to reduce greenhouse gas emissions and increased investment in the green energy transition facilitated by a strengthened enabling environment.

The project`s theory of change is that if support is provided to capacity development of energy authorities, better long-term energy planning and modelling and improved forecasting and facilitation of wind energy integration into the energy system, secondary legislation on appliances and ecodesign and the use of experience in energy savings obligations schemes, then the enabling environment for the sustainable energy sector will be significantly strengthened, leading to reduced greenhouse gas emissions and increased investment in the green energy transition, in turn contributing to the overall goal of supporting Georgia`s energy sector reform toward achievement of SDG7 and SDG13 targets, NDC emission reduction goals, and alignment with EU energy market rules.

The service to be delivered to the key energy authorities in Georgia is a TA package. The TA package will support and assist the Georgian partners. The TA package to be delivered by the consultant will support and assist the Georgian partners, and the TA will consist of the national project manager, the international part time advisor, and a pool of Georgian and international technical specialists (pool of specialists) mobilised on-demand (by the consultant).

The activities under the project to be carried out by the consultant are (generic across the project and its components and will be detailed in the proposed work plan in inception report and updated half-yearly):

— mobilise the national project manager for his/her continued full-time assignment (tentatively by 15 November 2020) to facilitate a smooth transition between the relevant components of the current programme and the new project. The first input by the international part time advisor is also foreseen by tentatively mid-November 2020 to support and facilitate this transition,

— launch the inception period process through mobilisation of the international part time advisor and relevant specialists from the pool of specialists to work closely with the georgian partners in developing an overall workplan and budget for the project and more specifically, the first annual work plan and budget based on the priority needs and priorities of the partners and as far as possible aligned to/integrated with the strategies and work plans of the partners. This will entail working closely with MOESD/Energy Reforms and International Relations Department as well as the inter-departmental WGs for each component, ensuring that all relevant stakeholder perspectives are considered,

— mobilise technical expertise for TA inputs based on demands and priorities of the implementing agencies and directly linked to achievement of agreed work plans and committed project outputs and outcomes. Ensure that georgian expertise is engaged where relevant,

— prepare TOR for each specialist input, a short mission preparation note, if relevant, and a debriefing note by each international specialist (pool of specialists) prepared and presented to the partner agency before leaving Georgia,

— assist and support the implementing partners in the monitoring of progress against the approved annual work plans and results framework baselines, targets and indicators, ensuring a focus on results, effectiveness, efficiency, and impact potential including uptake of TA delivered,

— plan and implement study tours and other learning activities, facilitating participant selection for best institutional learning and ensuring that participants are well prepared for the learning and that it is shared,

— prepare outputs and reporting as specified below, taking responsibility for timely delivery and quality assurance while ensuring that partner inputs are well integrated and acknowledged to continuously reinforce partner ownership and sustainability of outputs and outcomes of the work.

In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds.

An economic operator is excluded from the procurement procedure if the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been convicted by final judgement or fined within the last 4 years for any of the exclusion grounds relating to the criminal convictions listed in Section 135(1) and Section 135(2) of the Danish Public Procurement Act.

An economic operator is excluded from the procurement procedure if it has unpaid overdue debt of DKK 100 000.00 or more to public authorities in relation to payment of taxes and payment of social security, cf. Section 135(3) of the Danish Public Procurement Act. An economic operator is, however, not excluded where the economic operator has agreed on a repayment scheme with the collection authority and that scheme is observed, cf. Section 135(4), or where the economic operator provides guarantee of payment of the part of the debt which constitutes DKK 100 000.00 or more, cf. Section 135(5).

An economic operator is excluded from the procurement procedure if it is subject to any of the exclusion grounds listed in Sections 136(1)(1) and 136(1)(2) of the Danish Public Procurement Act.

An economic operator is excluded from the procurement procedure if it within the last 2 years has been subject to any of the exclusion grounds listed in Sections 136(1)(3) and 137(1)(2-3) of the Danish Public Procurement Act.

The contracting authority can accept the following documentation in relation to the exclusion grounds in Sections 135(1), 135(2), 135(3) and 137(1)(2) of the Danish Public Procurement Act (in order of priority):

1) Extracts from the relevant register or similar documents issued by a competent judicial or administrative authority or certificates issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the grounds for exclusion stipulated in Sections 135(1), 135(2), 135(3) and 137(1)(2);

2) A declaration on oath (only if such extracts, certificates or similar documents are not issued in the country where the economic operator is established, or where the documentation does not cover all the grounds for exclusion stipulated in Sections 135(1), 135(2), 135(3) and 137(1)(2) entirely);

(3) A solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established (only if there is no provision for declarations on oath in the country where the economic operator is established).

Thus, the contracting authority cannot accept e.g. a solemn declaration made before a notary if there can be issued a certificate by the competent authority in the country where the economic operator is established. Moreover, the contracting authority cannot accept self-declarations or similar declarations issued by the economic operator or the person concerned as documentation in relation to the exclusion grounds.

Economic operators can identify the relevant documentation using the online platform e-Certis: https://ec.europa.eu/growth/tools-databases/ecertis/

Economic operators are encouraged to submit all necessary documentation as early as possible.

In Part IV.B of the ESPD, the economic operator must fill in its average yearly turnover for the last 2 financial years available (where the economic operator can present annual reports):

— if the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD,

— when an economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the economic and financial standing of other entities, the participating economic operators or the entities referred to are subject to joint and severable liability for the performance of the contract,

— the contracting authority can accept annual reports or excerpts hereof or relevant statements from a bank or certified accountant as documentation in relation to the economic and financial standing,

— when an economic operator is participating in the procurement procedure together with others or when an economic operator relies on the economic and financial standing of other entities, the economic operator must also provide statements of support or other documentation proving that the economic operator has access to the necessary economic and financial standing. The statements of support must establish a legal obligation for the party concerned and state that the involved economic operators or entities are subject to joint and severable liability for the performance of the contract.

Economic operators are encouraged to submit all necessary documentation as early as possible.

The tender procedure is governed by Danish law and the rules applicable hereunder.

An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/46419/the-public-procurement-act.pdf

Access to the procurement procedure requires online registration.

Guidance (in Danish and English) on the use of the tendering system can be found at: https://www.udbudssystemet.dk/public/instructions/ETHICS.EO.vejledning.pdf

Local time in section IV is according to Central European Time (CET) in Denmark.

Economic operators may only submit one application or tender.

Economic operators must submit a European Single Procurement Document (ESPD) as preliminary evidence that the economic operator is not subject to exclusion grounds and that the economic operator fulfils the minimum requirements for economic and financial standing and technical and professional ability.

When the economic operator is participating together with others or if the economic operator relies on the capacity of other entities, each participating economic operator must provide a separate ESPD.

Before the time limit for receipt of tenders, the candidates, which the contracting authority has invited to tender, must present documentation of the information provided in the ESPD.

This contract has not been divided into lots, cf. Section II.1.6), due to market and economic considerations.

Economic operators will not receive remuneration for their participation in the procedure.


Internet address (URL): http://um.dk/en/danida-en/

Documents

 Tender Notice