Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Danish Energy Agency
59 77 87 14
Amaliegade 44
Copenhagen
1256
Denmark
Contact person: Anja Piening
Telephone: +45 51838024
E-mail:
MjEyXV9fWVhZZGQ0WWJnIlhf
NUTS code:
DK011
Internet address(es):
Main address: www.ens.dk
I.2)Joint procurement
I.3)Communication
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Regarding provision of Technical Assistance services to the Danish Energy Agency Energy Country Programs and Projects.
II.1.2)Main CPV code
71314300
II.1.3)Type of contract
Services
II.1.4)Short description:
The objective of the consultancy framework agreement is to provide specialist technical expertise on demand to ensure that the implementing agencies can access the most appropriate knowledge and skills and benefit from the expertise and experience of international and local know-how and resource base in the country programs and projects.
The specialist technical expertise is provided in such a manner that capacity of partner institutions in the programme countries is enhanced including through peer-to-peer learning modalities as relevant.
II.1.5)Estimated total value
Value excluding VAT: 16 000 000.00 DKK
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: DK
Main site or place of performance:
The main sites is Denmark as well as the partner countries.
II.2.4)Description of the procurement:
The Danish Energy Agency Country Programs will provide technical assistance combined with policy dialogue, in promotion of Renewable Energy and Energy Efficiency — aiming for low carbon development and reduced CO2 emissions. The Program will build capacity with the current partner countries which include Ukraine, Turkey, Indonesia, Ethiopia, India, USA, UK and Germany and future partner countries to i) provide convincing input for governmental energy, climate/low carbon policies, strategies and plans and ii) deal with implementation aspects of EE and of high shares of variable RE in the national power and heating/cooling systems in a cost-efficient manner.
The programs in the current partner countries are ongoing but are at different phases of implementation. The experiences from ongoing activities in the programs, as well as the technical assistance provided by the Danish Energy Agency (DEA) will provide input for the future activities. The aim is to unite the earlier interventions with future activities utilis-ing the Danish experience with energy transition, while continuing the authority-to-authority element with the partner institutions in the current seven partner countries as well as future potential partner countries. There are a number of development engagements (DEs) in each current programme country that support the development objectives at country level and long-term goals at programme level.
This Tender aims to provide a Framework Agreement to provide Technical Assistance services to the Danish Energy Agency Energy Country Programs and Projects.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting / Weighting: 80 %
Price - Weighting: 20 %
II.2.6)Estimated value
Value excluding VAT: 16 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
It is possible to extend the Framework Agreement for one year — up to a contract period for 4 years. If the contracting entity wishes to apply the possibilities of extension, the Contracting Authority will inform the Tenderer no later than 2 months before the expiry of the Framework Agreement.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The selection will be based on the following criteria:
1. Economic capacity: The size of the Applicants specific turnover (within the area of the Contract). Information must be provided for the last 3 years.
2. Evaluation of references including a description of the most important deliveries made during the past 5 years.
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
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Selection Criteria: Economic Capacity:
The size of the Applicants specific turnover (within the area of the Contract). Information must be provided for the last 3 years.
Minimum level(s) of standards possibly required:
The Applicant must demonstrate an annual turnover of 32 000 000 DKK as a minimum for the last 3 years.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Selection Criteria: Evaluation of the 6 references including a description of the most important deliveries made during the past 5 years.
The description MUST contain the following:
— Contract value,
— Duration of the Contract,
— Customer,
— Customers contact details (contact person, title, phone number and e-mail),
— Overall description of the assignment,
— Applicant's role in the task management,
— Geographic location for the execution of the task.
Minimum level(s) of standards possibly required:
1. 6 references from the past five years within the area of the offered contract. The work must be commenced and if the work is completed it must have been carried out within the last 5 years.
2. Tenderer must have a Quality Assurance System as per ISO 9001 or equivalent.
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
Restricted 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 a single operator
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: yes
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: 14/11/2017
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 17/11/2017
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
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Complaints regarding not being prequalified must be submitted to the Complaints Board within 20 calendar days from the day after the Contracting Authority's notification of prequalification.
Complaints regarding the conclusion of a framework agreement pursuant to the Procurement Act (Sections II, III and Sections 191 and 192), must be submitted to the Complaints Board within 6 months from the day after the Contracting Authority's notice of the award decision.
VI.4.4)Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail:
MjIwV1JfYCxXUl9gGlBX
Internet address:www.kfst.dk
VI.5)Date of dispatch of this notice:
16/10/2017