loading
  • BE-1049 Brussels
  • 30.06.2017
  • Ausschreibung
  • (ID 2-265509)

Smart cities and communities information system


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.06.2017, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Städtebauliche Projekte
    Art der Leistung Energieplanung/ -beratung / Projektsteuerung / Forschung, Entwicklung / Immissionsschutz
    Sprache Englisch
    Aufgabe
    In 2014, with the EU 2030 framework for climate and energy, the EU extended its 2020 commitments to more ambitious targets by 2030:
    — lower greenhouse gas emissions by 20 % in 2020 with respect to 1990 and by 40 % in 2030,
    — reach a share of renewables of 20 % by 2020 and at least 27 % by 2030,
    — increase energy efficiency levels by 20 % in 2020 and 27 % by 2030.
    Smart cities and communities projects in the 7th research framework programme and in Horizon 2020 are demonstrating technologies and integrated solutions to contribute to the 2030 targets by the replication of these solutions across the European Union.
    In continuation of the predecessor smart cities information system (SCIS) contract C2-2016-463, this present SCIS service contract is to provide expertise to monitor and analyse projects in the fields of smart cities and communities, disseminate lessons learned and issue recommendations.
    Leistungsumfang
    In continuation of the predecessor smart cities information system (SCIS) contract C2-2016-463, this present SCIS service contract is to provide professional and interdisciplinary scientific expertise from relevant disciplines (e.g. constructional engineering, architecture, economy, urban and energy planning, ICT, monitoring of building and energy infrastructure performance, electro-mobility, renewable energy sources, energy systems integration, key performance indicators and standards, environment, social sciences, business models) to monitor and analyse EU co-financed projects in the fields of smart cities and communities, sustainable energy districts and energy-efficient buildings with respect to European Union energy and climate change policy, as well as other projects including the projects developed in the frame of the European innovation partnership on smart cities and communities.
    Adresse des Bauherren BE-1049 Brussels
    TED Dokumenten-Nr. 185936-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Belgium-Brussels: Smart cities and communities information system

      2017/S 095-185936

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      European Commission, Directorate-General for Energy, Unit C2
      DM24 03/128 (call for tenders ENER/C2/2017-97 — SCIS)
      Brussels
      1049
      Belgium
      Contact person: Eric Lecomte
      E-mail: MTY/bGNdKEY/PUlHTj86X10oX29saWpbKF9v
      NUTS code: BE100

      Internet address(es):

      Main address: http://ec.europa.eu/energy/

      I.2)Joint procurement
      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=2490
      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: Energy.

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Smart cities and communities information system.

       

      Reference number: ENER/C2/2017-097.
      II.1.2)Main CPV code
      71314000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      In 2014, with the EU 2030 framework for climate and energy, the EU extended its 2020 commitments to more ambitious targets by 2030:

      — lower greenhouse gas emissions by 20 % in 2020 with respect to 1990 and by 40 % in 2030,

      — reach a share of renewables of 20 % by 2020 and at least 27 % by 2030,

      — increase energy efficiency levels by 20 % in 2020 and 27 % by 2030.

      Smart cities and communities projects in the 7th research framework programme and in Horizon 2020 are demonstrating technologies and integrated solutions to contribute to the 2030 targets by the replication of these solutions across the European Union.

      In continuation of the predecessor smart cities information system (SCIS) contract C2-2016-463, this present SCIS service contract is to provide expertise to monitor and analyse projects in the fields of smart cities and communities, disseminate lessons learned and issue recommendations.

       

      II.1.5)Estimated total value
      Value excluding VAT: 2 500 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71314200
      II.2.3)Place of performance
      NUTS code: BE
      II.2.4)Description of the procurement:

       

      In continuation of the predecessor smart cities information system (SCIS) contract C2-2016-463, this present SCIS service contract is to provide professional and interdisciplinary scientific expertise from relevant disciplines (e.g. constructional engineering, architecture, economy, urban and energy planning, ICT, monitoring of building and energy infrastructure performance, electro-mobility, renewable energy sources, energy systems integration, key performance indicators and standards, environment, social sciences, business models) to monitor and analyse EU co-financed projects in the fields of smart cities and communities, sustainable energy districts and energy-efficient buildings with respect to European Union energy and climate change policy, as well as other projects including the projects developed in the frame of the European innovation partnership on smart cities and communities.

       

      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: 2 500 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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.2.12)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:

       

      Participation in this procurement procedure is open on equal terms to all natural and legal persons coming within the scope of the Treaties, as well as to international organisations. It is also open to all natural and legal persons established in a third country which has a special agreement with the Union in the field of public procurement on the conditions laid down in that agreement. Where the multilateral Agreement on Government Procurement concluded within the World Trade Organisation applies, the participation in this procedure is also open to all natural and legal persons established in the countries that have ratified this Agreement, on the conditions it lays down.

      The tenderer should bear in mind the provisions of the draft contract which specifies the rights and obligations of the contractor, particularly those on payments, performance of the contract, confidentiality, and checks and audits.

      The tender must comply with applicable environmental, social and labour law obligations established by Union law, national legislation, collective agreements or the international environmental, social and labour conventions listed in Annex X to Directive 2014/24/EU of the European Parliament and of the Council.

      A joint tender is a situation where a tender is submitted by a group of economic operators (natural or legal persons). Joint tenders may include subcontractors in addition to the members of the group.

      In the case of a joint tender, all members of the group assume joint and several liability towards the contracting authority for the performance of the contract as a whole, i.e. both financial and operational liability. Nevertheless, tenderers must designate one of the economic operators as a single point of contact (the leader) for the contracting authority for administrative and financial aspects as well as operational management of the contract.

      After the award, the contracting authority will sign the contract either with all members of the group, or with the leader on behalf of all members of the group, authorised by the other members via powers of attorney.

      Subcontracting is permitted but the contractor will retain full liability towards the Contracting Authority for performance of the contract as a whole.

      Tenderers are required to identify subcontractors whose share of the contract is above 20 % and those whose capacity is necessary to fulfil the selection criteria.

      During contract performance, the change of any subcontractor identified in the tender or additional subcontracting will be subject to prior written approval of the contracting authority.

       

      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.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:
      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.1.4)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: 30/06/2017
      Local time: 17:00
      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
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 10/07/2017
      Local time: 10:00
      Place:

       

      Directorate-General for Energy, rue Demot 28, office DM24 03/58, 1040 Brussels, BELGIUM.

       

      Information about authorised persons and opening procedure:

       

      Tenderers may attend the meeting but be represented by not more than 1 person. At the end of the opening session, the chairperson of the opening committee will indicate the names of the tenderers and the decision concerning the admissibility of each offer received. The prices mentioned in the bids will not be communicated.

       

      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
      General Court of the Court of Justice of the European Union
      boulevard Konrad Adenauer
      Luxembourg
      2925
      Luxembourg
      Telephone: +352 4303-1
      E-mail: MjEyW1liWWZVYFdjaWZoNFdpZl1VIllpZmNkVSJZaQ==

      Internet address:http://curia.europa.eu/jcms/jcms/Jo2_7033/

      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
      VI.5)Date of dispatch of this notice:
      08/05/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 18.05.2017
Zuletzt aktualisiert 18.05.2017
Wettbewerbs-ID 2-265509 Status Kostenpflichtig
Seitenaufrufe 45