Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from another address:
Tenders or requests to participate must be submitted to the following address:
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: energy sector
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Technical Assistance to the Implementation of a Regional Day-ahead Market in Western Balkans.
Reference number: 1
II.1.2)Main CPV code
71314000
II.1.3)Type of contract
Services
II.1.4)Short description:
Provision of technical assistance in coupling of day-ahead electricity markets in the Western Balkans and with the SEE region, pursuant to CACM Guideline principles and processes.
II.1.5)Estimated total value
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)
II.2.3)Place of performance
NUTS code: AT
Main site or place of performance:
Austria, Western Balkan countries.
II.2.4)Description of the procurement:
Technical Assistance to the Implementation of a Regional Day-ahead Market in Western Balkans. This projects particularly targets coupling of day-ahead electricity markets in the Western Balkans and with the SEE region, pursuant to CACM Guideline principles and processes. The concrete services to be provided are: Consultancy services (Project Management and Project Promotion, Management and Strategy Consulting, Energy Markets and Processes), Legal services.
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: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/12/2017
End: 30/11/2018
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:
A. Qualifications relating to bidder Bidders (in case of a joint tender the combined capacity of all members of the group and identified subcontractors) must comply with the following qualification requirements. The project references indicated below consist in a list of relevant services provided in the past five years, with the sums, dates and clients, public or private. Qualification A1: The Bidder must prove experience in the fields of electricity market functioning and integration in line with EU acquis. Evidence: references for 3 projects in the fields of electricity market, out of which at least one related to market coupling, executed in the last five years, with a minimum value for each project of 30 000 EUR. The bidder may provide references to the reports and other deliverables, if publicly accessible, which illustrate their capacity and expertise in the field. Qualification A2: The bidder must have experience in working in the WB6 countries and/or neighbouring EU Member States. Evidence: references for 2 projects delivered in the last 5 years. The combination of projects must cover part of the required geographical scope. The bidder will also provide references to reports, preferably publicly accessible, which illustrate their capacity and experience in addressing the WB6 countries and neighbouring EU Member States. Qualification A3: The bidder must prove capacity to draft reports in English. Evidence: At least one of the documents provided as evidence under Criteria A1 and A2 delivered to a client in the last 5 years, preferably publicly accessible, of at least 10 pages (report, study, etc.) written in English. B. Staff and qualifications relating to the team delivering the service The Consultant's staff shall consist of: 1. Project management staff 2. Project implementation staff 1. Project management task shall be performed at least by 1 leading senior expert (Project Leader) engaged throughout the overall implementation period of the Project, who may be assisted by other experts or support staff (Assistant) with, as a minimum, the following qualifications: a) Project Leader — At least Master Degree academic level or equivalent in the field relevant to the assignment and at least 12 years of appropriate professional experience in the energy sector. — At least 1 assignment in project management, including overseeing project delivery, quality control of delivered service, in a project of similar size and dimension, in a role of the project manager b) Project Assistant (optional position) — Academic level of at least Bachelor Degree or equivalent in a field relevant to the assignment and at least 3 years of appropriate professional experience, preferably in the electricity sector. — At least 2 years of experience as a project assistant or similar profile, including overseeing project delivery, collection of data and quality control of delivered service. 2. Project implementation staff shall consist of a pool of minimum 5 experts with, as a minimum, the following qualifications: — All experts must have academic level of at least Bachelor Degree or equivalent and at least 5 years' professional experience in tasks related to establishment, functioning or analysis of electricity market, in line with the tasks assigned to her/him. — The experts must have in-depth understanding of the electricity market functioning and integration in line with the EU acquis on internal energy market, in particular the Third Energy Package and Commission Regulation (EU) 2015/1222 establishing a guideline on capacity allocation and congestion management, of the organisation and functioning of organized day-ahead electricity market, as well as of the day ahead market coupling process. The aforementioned must be supported with at least 2 references in the last 5 years for each of the proposed experts.
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
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: 02/11/2017
Local time: 12:00
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
IV.2.7)Conditions for opening of tenders
Date: 02/11/2017
Local time: 13:00
Information about authorised persons and opening procedure:
The bidders are entitled to be present at the opening.
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:
National identification number: [L-633465-7a6].
VI.4)Procedures for review
VI.4.1)Review body
Energy Community Secretariat
Am Hof 4
Vienna
1010
Austria
VI.4.2)Body responsible for mediation procedures
Energy Community
Am Hof 4
Vienna
1010
Austria
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:
06/10/2017