Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Expertise in the fields of industry (lot 1), digital and ict policies (lot 2), research and innovation (lot 3) and energy and climate change policies (lot 4) [covers nuclear energy including the euratom treaty etc]
Europe

Purchaser: European Parliament

24/03/2018 S59 European Parliament - Services - Contract notice - Open procedure
I.II.III.IV.VI.
Belgium-Brussels: Expertise in the fields of industry (Lot 1), digital and ICT policies (Lot 2), research and innovation (Lot 3) and energy and climate change policies (Lot 4)

2018/S 059-129473

Contract notice

Services

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
European Parliament, Official Mail Service
Rue Wiertz 60
Brussels
1047
Belgium
Contact person: Karl-Peter Repplinger
Telephone: +32 22832235
E-mail: poldepa_tenders@ep.europa.eu
NUTS code: BE100
Internet address(es):

Main address: http://www.europarl.europa.eu

I.2)
Information about joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.europarl.europa.eu/tenders/invitations.htm
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
Other activity: Industry, digital and ICT policies, research and innovation, energy and climate change
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Expertise in the fields of industry (Lot 1), digital and ICT policies (Lot 2), research and innovation (Lot 3) and energy and climate change policies (Lot 4)

II.1.2)
Main CPV code
24100000
II.1.3)
Type of contract
Services
II.1.4)
Short description:
The Framework contract covers the provision of independent expert advice on a variety of current and emerging issues in the fields of of industry (Lot 1), digital and ICT policies (Lot 2), research and innovation (Lot 3) and energy and climate change policies (Lot 4).

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

Lot No: 1
II.2.2)
Additional CPV code(s)
09111100
II.2.3)
Place of performance
NUTS code: BE100
II.2.4)
Description of the procurement:
The planned Framework Service Contract is intended to support the work of the Committee on Industry, Research and Energy (ITRE) in the European Parliament by enabling it to order written expertise as well as workshops in the areas of competence of the ITRE Committee.

Through the Framework service contracts, expertise shall be provided in the form of papers of varying length, delivered upon ad hoc requests within a limited and defined time frame. In addition to written advice, the Framework service contract would also cover associated services such as attendance at Committee meetings and presentations by lead experts, or the organisation of workshops as appropriate. The service providers bear sole scientific responsibility for the results of their work.

Lot 1 (Industry):

This lot covers issues related to the overarching principles of EU industrial policy as well as more specific issues on competitiveness and the innovative capacity of traditional and high tech industries and the defence sector. Also covered are non-technological innovation, reindustrialisation and reshoring measures, standardisation, market validation and commercialisation phases of technological innovation. At the same time issues relating to the commercialisation and implementation of the European Space Policy are included. Also relevant under this lot are policy measures aimed at small and medium sized enterprises (SMEs) and microenterprises, including access to capital and support for internationalisation. Furthermore, this lot covers intellectual property issues to the extent that is relevant to the work of the ITRE committee.

All these subjects relate to the status quo or future developments in a changing political context inside or outside the EU.

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: 600 000.00 EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract shall run for an initial period of 12 months from date of signature of the last contracting party, and then be renewed tacitly on an annual basis for a maximum of 3 times. Thus, the duration of the contract may not exceed 4 years (48 months) from the date of its entry into force.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
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
II.2)
Description
II.2.1)
Title:
Digital and ICT policies

Lot No: 2
II.2.2)
Additional CPV code(s)
72422000
II.2.3)
Place of performance
NUTS code: BE100
II.2.4)
Description of the procurement:
This lot covers issues relating to existing and future ICT technologies, EU digital policies and the European and international regulatory framework for electronic telecommunications but also issues such as: big data handling and use, broadband investment and roll-out, cloud computing, net neutrality, cyber security, e-government, electronic and mobile payments, internet governance, internet of things (IoT) and RFID and sensors, smart cities and ICT applications in the area of smart grid and smart metering, natural resources monitoring, social sciences and medicine, mobility, spectrum management, etc. Technological aspects of digitisation and robotisation of industries and services are also be covered.

Furthermore this lot covers audiovisual policy and media freedom, copyright and intellectual property, and competition in the online / offline world to the extent that is relevant to the work of the ITRE committee.

All these subjects relate to the status quo or future developments in a changing political context inside or outside the EU.

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: 600 000.00 EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract shall run for an initial period of 12 months from date of signature of the last contracting party, and then be renewed tacitly on an annual basis for a maximum of 3 times. Thus, the duration of the contract may not exceed 4 years (48 months) from the date of its entry into force.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
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
II.2)
Description
II.2.1)
Title:
Research and Innovation

Lot No: 3
II.2.2)
Additional CPV code(s)
73110000
II.2.3)
Place of performance
NUTS code: BE10
II.2.4)
Description of the procurement:
This lot covers in particular issues relating to the general and the specific Research and Innovation programmes (Horizon 2020 and its successor FP9) and initiatives stemming from this e.g. Joint Technology Initiatives, COSME, etc. Also covered are issues relating to the Joint Research Centre activities, the European Research Council, the European Institute of Innovation and Technology and the Institute for Reference Materials and Measurements, as well as JET, ITER and COST. Relevant under this lot are also more general themes such as EU excellence in science, EU leadership in key enabling industrial technologies, international cooperation, societal challenges and all innovation policy.

All these subjects relate to the status quo or future developments in a changing political context inside or outside the EU.

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: 600 000.00 EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract shall run for an initial period of 12 months from date of signature of the last contracting party, and then be renewed tacitly on an annual basis for a maximum of three times. Thus, the duration of the contract may not exceed four years (48 months) from the date of its entry into force.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
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
II.2)
Description
II.2.1)
Title:
Energy and Climate change policies

Lot No: 4
II.2.2)
Additional CPV code(s)
77231100
II.2.3)
Place of performance
NUTS code: BE10
II.2.4)
Description of the procurement:
This lot covers the Energy Union Strategy and a variety of energy related themes such as energy efficiency, renewable energies, grid infrastructure and interconnectivity, energy markets, standards, storage technologies, energy affordability, security of supply, nuclear energy including the Euratom Treaty and technological and industrial developments. Decarbonising the economy measures such as the European Emission Trading Scheme (ETS), carbon capture and storage (CCS) and the policy commitments of the Paris Agreement are included insofar as they are relevant to the work of the ITRE committee.

All these subjects relate to the status quo or future developments in a changing political context inside or outside the EU.

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: 600 000.00 EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract shall run for an initial period of 12 months from date of signature of the last contracting party, and then be renewed tacitly on an annual basis for a maximum of 3 times. Thus, the duration of the contract may not exceed 4 years (48 months) from the date of its entry into force.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
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
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:
In relation to this procedure the European Parliament does not request a proof of status and legal capacity at this stage of the procedure but reserves the right to do so at a later stage, if it deems it necessary.

III.1.2)
Economic and financial standing
List and brief description of selection criteria:
Tenderers shall 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 doubts about a tenderer's financial resources, or if these are 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 EUR of 80 000 EUR / year over the last 2 financial years minimum level(s) of standards possibly required:

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

— Income declaration for at least the 2 most recent financial years. For legal persons, this can be done through a statement of overall turnover; for tenderers who are natural persons, gross income will be deemed to represent turnover.

If the tenderer is unable to provide the references requested, he may prove his economic and financial capacity by any other document 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 himself/herself and those entities. In that case he / she must prove to the European Parliament that he / she will have the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to make them available to him. In that 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 or about that party’s financial capacity. Parliament may, where applicable, require the tenderer and those other entities to be jointly and severally liable for the performance of the contract.

On the same basis, a group of economic operators may rely on the capacity of members of the group or of other entities.

III.1.3)
Technical and professional ability
List and brief description of selection criteria:
Tenderers must have sufficient technical and professional 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 doubts about a tenderer's technical and professional 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 requires tenderers, including the persons responsible for carrying out the services, to have the following technical and professional capacity:

— at least five (5) persons of the core team need to have a professional and / or academic experience of minimum of three (3) years, of which at least two (2) years in the area covered by each lot the tenderer is applying for, obtained after their degree in an area of relevance for the lot tendered for; moreover,

—— to qualify as a researcher, a professional and / or academic experience of a minimum of three (3) years is required;

—— to qualify as project leader, a professional and / or academic experience of a minimum of seven (7) years is required;

—— to qualify as a senior researcher, a professional and/or academic experience of a minimum of five (5) years is required.

— the successful completion of at least four (4) research contracts supporting policy development at international or national level as proof of previous experience,

— a publishing record in the field of the lot tendered for,

— scientific / academic distinction clearly relating to research in the fields relevant for the lot tendered for,

— knowledge of the EU institutional framework and decision-making process.

Minimum level(s) of standards possibly required:

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

— The educational and professional qualifications of the staff planned for the execution of the services, including the ones of any sub-service providers or sub-contractors, if relevant (CVs). For each CV (maximum 3 pages) the contractor will indicate if it corresponds to a researcher, senior researcher or project leader profile (please refer to the corresponding definitions used here above for additional information),

— a list of research contracts completed (minimum four (4) contracts to be mentioned),

— a compilation of publications of the staff planned for the execution of the services on relevant issues in the specialised academic press carried out in the past five (5) years,

— proof of membership in academic research networks or think-tanks or other indications for scientific excellence such as awards, grants for research projects and similar,

— proof of relevant articles touching on issues of the EU institutional framework, experience in working in an area related to EU issues, participation in conferences, courses etc. on matters related to the European Union. The tenderer or candidate may also rely on the capacity of other entities, irrespective of the legal nature of the links between himself and those entities see sections 7 and 8 of the Rules for Submission on groups of economic operators and subcontracting. In that case he / she must prove to the European Parliament that he/she will have the resources needed to perform the contract, for instance by providing a commitment by those entities to that effect. The European Parliament is entitled to refuse the application or the tender submitted if it has doubts about the undertaking by the third party.

For a group of economic operators and in case of sub-contracting, it is the global technical and professional capacity of all the members that is taken into account in the evaluation.

III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
III.2.2)
Contract performance conditions:
For the duration of this framework service contract, the contractor must guarantee the same level of quality as previously defined in the selection criteria. This guarantee of continuity shall also apply in drop-outs of experts, e.g:

— on account of sickness or accident, a member of staff is unable to continue providing services,

— any person specified in the contract does not perform his duties under this contract,

— for any other reason beyond control of the contractor, it becomes necessary to replace any of his personnel. In such cases, the contractor shall provide a replacement with at least equivalent qualifications and experience and acceptable to the European Parliament in order not to jeopardise the implementation of the framework contract. The European Parliament therefore reserves the right to accept or reject any replacement expert proposed during the performance of the contract. The European Parliament’s authorisation will always be granted in writing.

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
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.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 04/05/2018
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 24/05/2018
Local time: 09:30
Place:
European Parliament's premises: Brussels.

Information about authorised persons and opening procedure:
Tenderers who wish to attend the opening of the tenders are asked to notify the department responsible for managing this procurement procedure by post or by e-mail to the following address:

poldepa_tenders@ep.europa.eu no later than 4.5.2018. Only one (1) representative per tenderer may attend.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.1)
Review body
Court of Justice of the European Union
Boulevard Konrad Adenauer
Luxembourg
2925
Luxembourg
Telephone: +352 43031
Fax: +352 43032600
Internet address:https://curia.europa.eu/

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
Court of Justice of the European Union
Boulevard Konrad Adenauer
Luxembourg
2925
Luxembourg
Telephone: +352 43031
Fax: +352 43032600
Internet address:https://curia.europa.eu/

VI.5)
Date of dispatch of this notice:
12/03/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.