EUROPEAN PARLIAMENT has floated a tender for Contract notice: Multiple framework service contract in 5 lots for the provision of external expertise in the field of technology options assessment and scientific foresight (STOA). The project location is Belgium and the tender is closing on 16 Oct 2017. The tender notice number is 275956-2017, while the TOT Ref Number is 14945592. 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 : Belgium

Summary : Contract notice: Multiple framework service contract in 5 lots for the provision of external expertise in the field of technology options assessment and scientific foresight (STOA)

Deadline : 16 Oct 2017

Other Information

Notice Type : Tender

TOT Ref.No.: 14945592

Document Ref. No. : 275956-2017

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : EUROPEAN PARLIAMENT
Office Name: European Parliament
Address: rue Wiertz 60
Town: Brussels
Postal Code: 1047


Phone: +32 22842236
Belgium
Email :EPRS-tenders@europarl.europa.eu
URL :www.europarl.europa.eu

Tender Details

Object of the contract
Multiple framework service contract in 5 lots for the provision of external expertise in the field of technology options assessment and scientific foresight (STOA)

Description: Contract notice: Multiple framework service contract in 5 lots for the provision of external expertise in the field of technology options assessment and scientific foresight (STOA)

Authority Type: European Institution/Agency or International Organisation
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Institution/Agency or International Organisation
Award criteria: The most economic tender
CPV code: 73210000, 73210000, 73210000
CPV Description: Research consultancy services.

Multiple framework service contract in 5 lots for the provision of external expertise in the field of technology options assessment and scientific foresight (STOA).

The planned ‘Multiple framework service contract' (and the particular studies, briefings and other services to be provided under this contract) is intended to be used as the main source of external expertise to enable the Parliament to fulfil the mission and objectives of STOA.

Main Site : The works will be executed in the facilities of the successful tenderers and in some regular meetings of the European Parliament in Brussels and Strasbourg.

The Commission's ‘Energy roadmap 2050' was conceived to explore the challenges posed by delivering the EU's decarbonisation objective while at the same time ensuring security of energy supply and competitiveness. The EU policies and measures to achieve the Energy 2020 goals and the Energy 2020 strategy are ambitious. They will continue to deliver beyond 2020 helping to reduce emissions by about 40 % by 2050. They will however still be insufficient to achieve the EU's 2050 decarbonisation objective as only less than half of the decarbonisation goal will be achieved in 2050. This gives an indication of the level of effort and change, both structural and social, which will be required to make the necessary emissions reduction, while keeping a competitive and secure energy sector.

The contractor should have a good understanding of energy policymaking as well as transport policy in the EU, including matters relating to the development of a common policy for rail, road, inland waterway, maritime and air transport, in particular: (i) common rules applicable to transport within the EU; (ii) the establishment and development of trans-European networks in the area of transport infrastructure; (iii) the provision of transport services and relations in the field of transport with third countries; (iv) transport safety; (v) relations with international transport bodies and organisations; (vi) space applications (Galileo).

Technology assessment (TA) options should encompass lifestyle changes, modal shifts, and security/safety vis-a-vis privacy issues (e.g. the use of surveillance cameras). Possible misuse, risks, threats, be it natural or terrorism, on the transport system need to be borne in mind. The impact of emerging economies on world production patterns and changes in production distribution should be taken into account, further to the impact of their increasing mobility needs.

The contractor should be able to handle the following areas:

a) the functioning of the energy market;

b) security of energy supply in the Union;

c) promotion of energy efficiency and energy saving and the development of new and renewable forms of energy;

d) energy and environment/climate;

e) promotion of the interconnection of energy networks;

f) energy infrastructures (including smart grids);

g) energy efficiency of sea vessels and in aviation;

h) road safety, environment safety and technologies ensuring passenger safety;

i) sustainable transport logistics coupled with general logistics and urban mobility, e.g. education aimed at energy saving;

j) new technologies and generation of propulsion systems: drivetrains, aerodynamics, fuel efficiency, lightweight materials, regenerative braking and CO emission trading;

k) technical design, e.g. triangle car windows reducing need for air-conditioning or double-skinned roofs in cars to insulate against heat/cold;

l) competition rules and state aids in relation to the promotion of technological innovation in transport.

The expertise should be able to address specific topics such as: fossil fuels issues, including oil price and security of supply, particularly transport energy and storage needs; fuel cell and hydrogen industries, for stationary, portable and transport applications; renewable electricity generation; renewable fuel production; renewable energy for heating and cooling; CO capture and storage technologies for zero-emission power generation; clean coal technologies; smart energy networks; energy efficiency and savings; nuclear energy, including the ITER project.

Participation in this invitation to tender procedure is open on the same terms to all natural or legal persons and public entities in a European Union Member State and to all natural and legal persons and public entities of a third country which has concluded a specific public procurement agreement with the European Union giving them access to the contract which is the subject of this invitation to tender and on the terms laid down by that agreement. In order to ascertain the eligibility of tenderers, they must indicate in their tenders the country in which they have their registered office or in which they are domiciled. They must also submit the evidence required under their national law or other, equivalent proof enabling the European Parliament to check where they come from.

Groups of economic operators may submit a tender. The European Parliament reserves the right to require the group selected to have a given legal form if this is necessary for the proper performance of the contract. This requirement may be communicated by the European Parliament at any time during the contract award procedure, but at all events before the contract is signed. The group of economic operators shall provide proof of its legal form by the time the contract — if awarded to it — is signed.

The subcontracting is permitted.

The tenderer to whom the contract is to be awarded will be required, within 21 calendar days of the date of notification of the provisional award of the contract and before the contract is signed, to supply the following documentary evidence:

— a recent extract from the judicial record or, failing that, a recent equivalent document issued by a judicial or administrative authority in its country of establishment showing that the economic operator to whom the contract is to be awarded is not in one of the situations referred to in Article 106(1)(a), (c), (d) or (f) of the Financial Regulation, the same shall apply to persons listed in Article 106(4) of the Financial Regulation,

— a recent certificate issued by the competent authority of the State concerned proving that the tenderer is not in the situation referred to in Article 106(1)(a) and (b) of the Financial Regulation,

— where the documents or certificates referred to above are not issued in the country concerned, and in respect of the other exclusion situations referred to in Article 106 of the Financial Regulation, they may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a notary or a qualified professional body in his country of establishment.

The tenderer to whom the contract is to be awarded shall be exempt from the requirement to submit the documentary evidence referred to in paragraph 2 in case of international organisations acting as tenderer, if the contracting authority can access documentary evidence on a national database free of charge or if such evidence has already been submitted to it for the purposes of another procurement procedure and provided that the issuing date of the documents does not exceed 1 year and they are still valid. In such cases, the tenderer shall attest on his honour that the supporting documents have already been provided in a previous procurement procedure, which he shall identify, and that no changes in its situation have occurred.

The tenderer is required to fulfil at least 1 of the following conditions:

(a) be enrolled in a relevant professional or trade register, except for international organisations;

(b) for service contracts, hold a particular authorisation proving that it is authorised to perform the contract in its country of establishment or be a member of a specific professional organisation.

In the case of groups of economic operators, each member will furnish proof of authorisation to perform the contract.

Tenderers must have sufficient economic and financial capacity to enable them to perform the contract in compliance with the contractual provisions. If, in the light of the information supplied, the European Parliament has serious doubts about a tenderer's financial capacity, or if this is clearly insufficient for performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation.

In respect of the contract which is the subject of this invitation to tender, the European Parliament furthermore requires tenderers to have a minimum financial and economic capacity, which will be assessed on the basis of the following information:

Minimum turnover of 100 000 EUR in the last 3 financial years.

Financial and economic capacity will be assessed on the basis of the information included in the following documents, to be supplied by tenderers:

selection criterion 1 (SC 1): appropriate statements from banks or evidence of professional risk indemnity insurance;

selection criterion 2 (SC 2): the presentation of balance sheets or extracts from balance sheets for at least the last 2 years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established;

selection criterion 3 (SC 3): a statement of overall turnover and turnover concerning the works, supplies or services covered by the contract during a period which may be no more than the last 3 financial years;

selection criterion 4 (SC 4): natural persons may supply an official statement (letter) by their bank proving their financial capacity, stating that they are a reliable customer. In case of consortia of natural persons, each member of the consortium has to supply this letter individually.

If the tenderer is unable to provide the references requested, they may prove their economic and financial capacity by any other means which the European Parliament considers appropriate.

The tenderer may also rely on the capacity of other entities, irrespective of the legal nature of the links between him/her and those entities. In that case they must prove to the European Parliament that he/she will have the resources needed to perform the contract, for instance by providing an assurance of the undertaking by those entities to make the resources available to him/her. In such a case, the European Parliament is entitled to refuse the application or the tender submitted if it has doubts about the undertaking by the third party. Tenderers governed by public law shall provide equivalent proof to that requested above for tenderers governed by private law.

For a consortium, it is the total financial and economic capacity of all the members that is taken into account in the evaluation.


Internet address (URL): www.europarl.europa.eu
Directive: Classical Directive (2014/24/EU)

Documents

 Tender Notice