loading
  • BE Brussels, IN-110 021 New Delhi
  • 28.03.2018
  • Ausschreibung
  • (ID 2-292995)

Support to the India-EU Clean Energy and Climate Partnership


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 28.03.2018, 16:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Energieplanung/ -beratung / Forschung, Entwicklung
    Aufgabe
    Energie und Klimawechsel sind der Kern der strategischen Partnerschaft zwischen der Europäischen Union und Indien, wobei auf den letzten EU-Indien-Gipfeltreffen gemeinsame Erklärungen (Joint Statements) abgegeben wurden. Ebenso ist dies deutlich im Dokument „EU-Indien-Agenda für Aktionen-2020“ hervorgehoben.
    Die Partnerschaft für saubere Energie und Klima (CECP) zwischen Indien und der EU soll eine sichere, saubere, bezahlbare und zuverlässige Energielieferung für alle und den Fortschritt der Umsetzung des Pariser Abkommens sicherstellen. Durch die Verwirklichung der CECP soll mit dem Projekt die Vertiefung der laufenden, breiten Zusammenarbeit im Bereich Energie (saubere Energien, Energieeffizienz) und die Förderung des Dialogs über Klimamaßnahmen zwischen der EU und Indien gefördert werden. Zudem wird ein Beitrag geleistet, um die Umsetzung des auf nationaler Ebene definierten Beitrags (Nationally Determined Contribution — NDC) Indiens zu unterstützen und die Bekämpfung des Klimawandels in dem Land zu fördern. Schließlich wird die Zusammenarbeit zwischen öffentlichen und privaten Akteuren in Indien und der EU gefördert, insbesondere im Bereich Forschung und Innovation und Darstellung der Technologien und Innovationen von EU-Unternehmen.
    Der Auftrag bietet technisches Fachwissen auf hohem Niveau und logistische Hilfe für die EU zur Unterstützung der laufenden und aufkommenden politischen Dialoge und der technischen Zusammenarbeit in den Bereichen der CECP zwischen Indien und der EU und deren Mitgliedsstaaten. Unter Berücksichtigung der Art des für das Projekt vorgesehenen Auftrags wird die Höhe der Nebenkosten auf 40 % des Auftragswerts geschätzt.

    Energy and climate change are at the core of the European Union-India Strategic Partnership, with Joint Statements agreed upon at the last EU-India Summits. It also figures prominently in the vision document ‘EU-India Agenda for Action-2020’.
    The EU-India Clean Energy and Climate Partnership's (CECP) overall objective is to ensure a secure, clean, affordable and reliable energy supply for all and to progress in the implementation of the Paris Agreement. By operationalizing the CECP, the project aims at deepening the ongoing, broad energy cooperation (clean energies, energy efficiency) and strengthening dialogue on climate action between the EU and India. It will contribute to support India's implementation of its Nationally Determined Contribution (NDC) and to enhance resilience to climate change in the country. Lastly, cooperation will be fostered between public and private actors in India and the EU, particularly in the area of research and innovation and showcasing EU businesses' technologies and innovations.
    The contract will provide high level technical expertise and logistical assistance to the EU to support ongoing and emerging policy dialogues and support technical cooperation in the sectors of the CECP, between India and the EU and its Member States. Considering the type of assignment foreseen in the project, the amount of incidentals expenditure is estimated to reach 40 % of the contract value.
    Adresse des Bauherren BE-Brussels
    Projektadresse IN-110 021 New Delhi
    TED Dokumenten-Nr. 75331-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Belgium-Brussels: Support to the India-EU Clean Energy and Climate Partnership

      2018/S 035-075331

      Location: South Asia, India

      SERVICE CONTRACT NOTICE

       

      1.Publication reference
      EuropeAid/139167/DH/SER/IN
      2.Procedure
      Restricted
      3.Programme title
      India-EU Clean Energy and Climate Partnership
      4.Financing
      Partnership Instrument AAP 2017 — Decision C(2017) 3311 dated 22.5.2017 — PI/2017/40-408
      5.Contracting Authority

      European Union, represented by the European Commission, Brussels, BELGIUM


      CONTRACT SPECIFICATION

      6.Nature of contract
      Fee based
      7.Contract description
      Energy and climate change are at the core of the European Union-India Strategic Partnership, with Joint Statements agreed upon at the last EU-India Summits. It also figures prominently in the vision document ‘EU-India Agenda for Action-2020’.
      The EU-India Clean Energy and Climate Partnership's (CECP) overall objective is to ensure a secure, clean, affordable and reliable energy supply for all and to progress in the implementation of the Paris Agreement. By operationalizing the CECP, the project aims at deepening the ongoing, broad energy cooperation (clean energies, energy efficiency) and strengthening dialogue on climate action between the EU and India. It will contribute to support India's implementation of its Nationally Determined Contribution (NDC) and to enhance resilience to climate change in the country. Lastly, cooperation will be fostered between public and private actors in India and the EU, particularly in the area of research and innovation and showcasing EU businesses' technologies and innovations.
      The contract will provide high level technical expertise and logistical assistance to the EU to support ongoing and emerging policy dialogues and support technical cooperation in the sectors of the CECP, between India and the EU and its Member States. Considering the type of assignment foreseen in the project, the amount of incidentals expenditure is estimated to reach 40 % of the contract value.
      8.Number and titles of lots
      One lot only
      9.Maximum budget
      3 350 000 EUR
      10.Scope for additional services
      The Contracting Authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated amount of 2 000 000 EUR . Any extension of the contract would be subject to satisfactory performance by the Contractor.


      CONDITIONS OF PARTICIPATION

      11.Eligibility

      Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable Instrument under which the contract is financed (see also heading 29 below). Participation is also open to international organisations.

      Please be aware that after the United Kingdom's withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries will apply to candidates or tenderers from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or tenderers from the United Kingdom could be rejected from the procurement procedure.
      12.Candidature
      All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.
      A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the Contracting Authority.
      The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
      13.Number of applications
      No more than one application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than one application, all applications in which that person has participated will be excluded.
      14.Shortlist alliances prohibited
      Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the Contracting Authority has been obtained (see Practical Guide – PRAG - 2.4.3.). Short-listed candidates may not form alliances or subcontract to each other for the contract in question.
      15.Grounds for exclusion
      As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
      16.Sub-contracting
      Subcontracting is allowed.
      17.Number of candidates to be short-listed
      On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the Contracting Authority may invite the candidates who satisfy the criteria to submit a tender.


      PROVISIONAL TIMETABLE

      18.Provisional date of invitation to tender
      30 April 18
      19.Provisional commencement date of the contract
      September 2018
      20.Initial period of implementation of tasks
      36 months


      SELECTION AND AWARD CRITERIA

      21.Selection criteria
      The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and singlemember companies when they are sub-contractors.
      1) Economic and financial capacity of candidate (based on item 3 of the application form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed.
      Criteria for legal and natural persons:
      — The average annual turnover of the candidate must exceed 1 500 000 EUR, and
      — Current ratio (current assets/current liabilities) in the last year for which accounts have.
      Been closed must be at least 1. In case of a consortium this criterion must be fulfilled by each member.
      2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 3 years from submission deadline.
      Criteria for legal and natural persons:
      — For every given year of the above mentioned period, the candidate has at least 10 staff (other than support functions) working in fields related to the contract: energy policy, clean energies, energy efficiency, climate change, etc. Support functions are defined as: human resource; finance and procurement; infrastructure management; information services; office administration; and/or communication and marketing,
      — At least 3 staff mentioned under point 21.2.1 are employed on a permanent basis.
      3) Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last 5 years from submission deadline.
      Criteria for legal and natural persons:
      — The candidate has successfully provided services under at least one contract, with a budget of at least 1 000 000 EUR, in energy policy-related projects,
      — The candidate has provided services under at least one contract, with a budget of at least 500 000 EUR, in climate change related projects,
      — The candidate has provided services of technical assistance or policy dialogue with national or state level authorities under at least one contract in India.
      Candidates/tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. Each project shall have at least 12 months of effective implementation period during the last 5 years before the submission deadline.
      For completed projects, the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, proof of payment). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into consideration. This portion and its value will have to be supported by documentary evidence.
      If a candidate/tenderer has implemented the project in a consortium, the percentage that the candidate/tenderer has successfully completed must be at least 50 % and appear clearly from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.
      Previous experience which caused breach of contract and termination by a Contracting Authority shall not be used as reference.
      An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility - notably that of nationality – and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.
      If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates will be re-examined to identify the eight best candidates. The only criteria which will be taken into consideration during this reexamination are:
      — First: The highest number of projects found eligible in 21.3.1 or 21.3.2; and in case of equality on this criterion, then,
      — Second: The highest number of projects found eligible in 21.3.3, and in case of equality on this criterion, then,
      — Third: The highest total value of projects found eligible.
      22.Award criteria
      Best price-quality ratio.


      APPLICATION

      23.Deadline for receipt of applications
      16:00 hours (UTC+05:30 – Delhi time) on 28.3.2018.
      Any application received by the Contracting Authority after this deadline will not be considered.
      24.Application format and details to be provided

      Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address: http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B

      The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address:

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A

      Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
      25.How applications may be submitted
      Applications must be submitted in English exclusively to the Contracting Authority in a sealed envelope:
      — EITHER by recorded delivery (official postal service) to:
      To the attention of:
      Ms. M. Cantero de Pedro – Finance and Contract Assistant
      Service for Foreign Policy Instruments
      Delegation of the European Union to India
      5/5 Shanti Niketan
      110 021, New Delhi, India
      In this case, the delivery record makes proof of compliance with the time-limit for receipt.
      — OR hand delivered (including courier services) directly to the Contracting Authority in return for a signed and dated receipt to:
      To the attention of:
      Ms. M. Cantero de Pedro – Finance and Contract Assistant
      Service for Foreign Policy Instruments
      Delegation of the European Union to India
      5/5 Shanti Niketan
      110 021, New Delhi, India
      Phone number: +91 11 6678 1919 Opening time: Monday — Friday, 9:00 am to 5:00 pm.
      In this case, the acknowledgment of receipt makes proof of compliance with the time-limit for receipt.
      The Contract title and the Publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the Contracting Authority.
      Applications submitted by any other means will not be considered.
      By submitting an application candidates accept to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application.
      26.Alteration or withdrawal of applications
      Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
      Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with Item 25. The outer envelope (and the relevant inner envelope if used) must be marked 'Alteration' or 'Withdrawal' as appropriate.
      27.Operational language
      All written communications for this tender procedure and contract must be in English
      28.Date of publication of prior information notice
      16.08.2017
      29.Legal basis

      Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action; and Regulation (EU) No 234/2014 establishing a Partnership Instrument for cooperation with third countries.

      30.Additional information

      Questions, no later than 10 days, before the deadline for receipt of applications clearly stating the reference and title of the call, can be sent to the following email address: MjE5MTI5MjQuQTY8Oxo2OzE2LjM9Ni1SUk5gG1JiX1xdThtSYg==

      Answers to questions submitted will be published by the Contracting Authority periodically on the EuropeAid website where the contract notice is published
    © 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 20.02.2018
Zuletzt aktualisiert 20.02.2018
Wettbewerbs-ID 2-292995 Status Kostenpflichtig
Seitenaufrufe 56