The scope of the analysis shall be both the direct and in-direct environmental, economic and societal benefits to relevant stakeholders (European Commission, 22/07/2006)

Publié le par François Alex

Homepage

22/07/2006       S138                 Community institutions – Commission – Services – General information

 I.  II.  III.  IV.  VI.


Section I: Contracting authority

 

 I.1) Name, addresses and contact point(s):  
European Commission, Research DG, attn: Mr Enzo Gueli, Directorate H — CDMA 4/176, B-1049 Bruxelles. Fax  (32-2) 296 42 99. E-mail:
rtd-aerojti1@cec.eu.int.

Further information can be obtained from:

 

As in above-mentioned contact point(s).


Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:

 

As in above-mentioned contact point(s).


Tenders or requests to participate must be sent to:

 

As in above-mentioned contact point(s).

 I.2) Type of the contracting authority and main activity or activities:  
European institution/agency or international organisation.
Other: Transport.
The contracting authority is purchasing on behalf of other contracting authorities: no.

Section II: Object of the contract

 

 II.1) Description
 II.1.1) Title attributed to the contract by the contracting authority:  
An environmental, economic and societal benefits analysis for the proposed Joint Technology Initiative 'Clean Sky'.
 II.1.2) Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 11.
Main place of performance: contractor's premises.
 II.1.3) The notice involves:  
A public contract.
 II.1.4) Information on framework agreement
 II.1.5)

Short description of the contract or purchase(s):  
The purpose of this call for tender is to undertake an analysis of the potential environmental, economic and societal benefits of the proposed 'Clean Sky' Joint Technology Initiative (JTI). This work should complement other comparable studies in the field of Aeronautics and Air Transport RTD in Europe, including those prepared for the 7th Framework Programme for Research (FP7) (
http://ec.europa.eu/research/future/index_en.cfm;
http://ec.europa.eu/research/aeronautics/index_en.html). It is proposed in FP7 to introduce in a limited number of cases where the scope of a RTD objective and the scale of the resources involved justify a JTI. Furthermore, this will also support the need for public-private partnership.
The prime objective of the work is to provide the Commission with an environmental economic and societal benefits analysis relating to the public and private investments in the JTI.

The scope of the analysis shall be both the direct and in-direct environmental, economic and societal benefits to relevant stakeholders (for example public authorities, citizen, industry and business, governments and agencies) including the competitive benefits for the European Aeronautics and Air Transport industries within the context of the global air transport system.

The analysis should be based on scenarios. The scenarios should consider the challenges regarding the greening of air transport and how developments and impacts are likely to evolve and progress over the next 20 years, given the different options for investment in research and development.

The scenarios must comprise of a complete and comprehensive characterisation of the potential environmental, economic and societal impact using markets forecasts and estimates of business performance based on qualitative and quantitative data from the public domain and industry.

To ensure better definition of the assumptions made with respect to the expected market trends; to highlight technological limiting/hindering factors and to highlight the potential time-lag against expected impacts, specific snapshots should be made for the years 2010 and 2020.
Consideration should also be given to the impact on investments in research and technological developments resulting from EU and international policies relating to the environment.

The framework setting the context of the study should be based on the Commission's proposal for the 7th Framework Programme of the European Community for research, technological development and demonstration activities (2007-2013) (http//ec.europa.eu/research/future/index_en.cfm).
The study will include within the context of the Commission's proposal on JTIs, industry's proposal for the 'Clean Sky' JTI, and the High Level Targets as set out in the SRA (Strategic Research Agenda) of ACARE (Advisory Council for Aeronautics Research in Europe), specific tasks to ensure that sufficient evidence is collected to assess objectively the 'Clean Sky' JTI against the above criteria in the final report. The work that the contractor should undertake is based on collecting and analysing information that goes well beyond the contents of the JTI proposal from the industry.

A key element is that bidders must specify the methodology for identifying, capturing, evaluating and validating the benefits accrued. Proposals shall clearly identify pre-existing information sources and demonstrate how effective access to the relevant stakeholders shall be ensured during the course of the work in order to guarantee objective inputs for assessing the potential outcomes and impacts. Desk based research, large scale surveys and questionnaires are considered to be unsuitable for the type of information to be collected and the nature of the analysis to be undertaken.
The working language is English and all reports must be written in English.

 II.1.6) Common procurement vocabulary (CPV):  
74140000.
 II.1.7) Contract covered by the Government Procurement Agreement (GPA):  
Yes.
 II.1.8) Division into lots:  
No.
 II.1.9) Variants will be accepted:  
No.
 II.2) Quantity or scope of the contract
 II.2.1) Total quantity or scope  
Estimated value excluding VAT: EUR 350 000.
 II.2.2) Options  
No.
 II.3) Duration of the contract or time-limit for completion:  
4 months from the award of the contract.

Section III: Legal, economic, financial and technical information

 

 III.1) Conditions relating to the contract
 III.1.1) Deposits and guarantees required  
A guarantee equal to the pre-financing will be requested.
 III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:  
There will be two payment instalments.
A pre-financing payment of 30 %; a payment associated with the final report of the remaining balance (70 %) of the contract price.
 III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:  
Any tenders involving more than one economic operator as e.g. tenders from consortia of firms or groups of service providers or tenders involving sub-contractors ('joint tenders') must specify the role, qualifications and experience of each economic operator participating in the tender, including subcontractors ('economic operator').
Joint tenders must describe in detail how their cooperation will be organised in order to achieve the expected results. This organisation must cover both technical aspects and administrative/financial issues. It must also provide the Commission with a single access point to all the economic operators.
If a contract is awarded to a joint tender, the Commission may require the constitution of a specific legal form, especially one in which all members will be jointly and severally liable to the Commission.
NB: If a joint tender is submitted, the documents relating to the exclusion and selection criteria referred to in point III.2.1), 2) and 3) must be provided by each of the economic operators as defined above.
 III.1.4) Other particular conditions to which the performance of the contract is subject:  
No.
 III.2) Conditions for participation
 III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:  
Information and formalities necessary for evaluating if requirements are met:
1. Tenderers shall be excluded from participation in this procurement procedure if:
a) they are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations;
b) they have been convicted of an offence concerning their professional conduct by a judgement which has the force of 'res judicata';
c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
d) they have not fulfilled obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority or those of the country where the contract is to be performed;
e) they have been the subject of a judgement which has the force of 'res judicata' for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;
f) following another procurement procedure or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations.
Tenderers shall be excluded from awarding if during the present procurement procedure:
g) they are subject to a conflict of interest;
h) they are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
NB: In their tenders, tenderers must certify that they are not in any one of the situations listed above and provide the documents mentioned below.
The following documents will be accepted as proof that the tenderer is not in any of the situations mentioned in points a), b), c), d), e), f), g) and h):
i) for a), b) and e), the production of a recent extract from the judicial record or, failing this, an equivalent recent document issued by a judicial or administrative authority in the country of origin or provenance, showing that those requirements are satisfied;
ii) in the case mentioned in d), a recent certificate issued by the competent authority of the State concerned. Where the country concerned does not issue the documents or certificates referred to in i) and ii) above, they may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a notary or a qualified professional body in his country of origin or provenance.
iii) In the cases mentioned in c), f) g) and h), tenderers must include in their request a declaration, based on the model available at the address indicated in I.1).
Depending on the national legislation of the country in which the tenderer is established, the documents referred to above shall relate to legal persons and/or natural persons including company directors or any person with powers of representation, decision-making or control in relation to the tenderer.
2. The tenderers have to prove their professional capacity. To provide such evidence the tenderers will be expected to provide the following information:
a) full name of the organisation, legal status, VAT status, address, telephone and fax numbers, the name of the contact person as well as the name of the person responsible for the tender; commercial undertakings must provide a transcript or a certificate, issued by the competent body — namely the commercial registrar — in their country of provenance or the country of their main office, of their incorporation as commercial undertakings, as well as a copy of their act of incorporation. Non-commercial undertakings must provide a copy of their act of incorporation only, if, under the law of their country of provenance or the country of their main office, they are not subject to public registry. Non commercial physical persons must provide a copy of their passport or other equivalent identification document;
b) proof of enrolment in the relevant professional and trade register, as prescribed in their country of establishment.
 III.2.2) Economic and financial capacity:  
The tenderers have to prove their economic and financial capacity. To provide such evidence the tenderers will be expected to provide the following information:
a) an indication of the proportion of the contract which the tenderer may intend to subcontract;
b) a statement of the undertaking's overall turnover and its turnover in respect of the services covered by the contract for the previous 3 financial years;
c) appropriate statements from banks or evidence of relevant professional risk indemnity insurance;
d) the presentation of balance sheets or extracts from balance sheets for at least the last 2 years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established. If, for some exceptional reason which the contracting authority considers justified, the tenderer is unable to provide the references requested in points b), c) and d) above, he may prove his economic and financial capacity by any other means which the contracting authority considers appropriate. This might apply i.a. to public bodies.
The tenderer may 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 Commission that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal.
 III.2.3) Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
The tenderers have to prove their technical capacity. To provide such evidence the tenderers will be expected to provide the following information:
a) a list of the principal services provided in the past 3 years, with the sums, dates, and recipients, public or private, of the services provided:
— where provided to contracting authorities, evidence to be in the form of certificates issued or countersigned by competent authority,
— where provided to private purchasers, delivery to be certified by the purchaser or, failing this, simply declared by the service provider to have been effected,
— the services which are directly relevant to the tender being made should be listed separately,
b) the names, educational qualifications — including the level of knowledge in English — and professional experience (curriculum vitas) of the staff responsible to supply the services.
Minimum level(s) of standards possibly required (if applicable):
Proof of at least 10 years professional experience in the field of the study; that is managing complex, multi faceted teams in the achievement of challenging objectives in the field of the study (Transport and Environmental impact assessment).
The team composition shall ensure an operational presence in the majority of the EU-25, especially those with strong aeronautic experience, with direct access to the various key stakeholder communities. It shall include all of the following components:
— a professional services company with demonstrated credibility and experience in successfully completing analyses in the area of benefits and impact assessment of public infrastructure investment projects,
— technical experts to advise on details of Aeronautics and Air Transport RTD strengths in the EU25 Member States and candidate countries,
— micro and macro-economic experts,
— political and strategy experts.
 III.2.4) Reserved contracts:  
No.
 III.3) Conditions specific to services contracts
 III.3.1) Execution of the service is reserved to a particular profession:  
No.
 III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:  
Yes.

Section IV: Procedure

 

 IV.1) Type of procedure
 IV.1.1) Type of procedure:  
Restricted.
 IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:  
Envisaged minimum number: 5.
Objective criteria for choosing the limited number of candidates:
Should more than 5 candidates meet the criteria indicated in III.2, then all applications will be re-examined to identify the 5 most suitable applications for the tender procedure. The only factors which will be taken into consideration during the re-examination are:
a) preference will be given to candidates who have proven experience in socio-economic and environmental studies in Aeronautics and Air Transport field;
b) number and relevance of the projects listed under III.2.3 of the selection criteria.
 IV.2) Award criteria
 IV.2.1) Award criteria:  
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
 IV.2.2) An electronic auction will be used:  
No.
 IV.3) Administrative information
 IV.3.1) File reference number attributed by the contracting authority:  
Tender RTD-2006-AeroJTI-1 to be indicated when communicating to the Commission at the address indicated under 1.1.
 IV.3.2) Previous publication(s) concerning the same contract:  
No.
 IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:  
 IV.3.4) Time-limit for receipt of tenders or requests to participate:  
1.9.2006 (16:00).
 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.

Section VI: Complementary information

 

 VI.1) This is a recurrent procurement:  
No.
 VI.2) Contract related to a project and/or programme financed by EU funds  
Yes.
RTD Framework Programme 7.
 VI.3) Additional information  
Candidates are invited to submit their request to participate (including the documents indicated under points III.2.1, III.2.2 and III.2.3) by letter, fax or electronic mail to the contact point indicated under I.1. If the request to participate is sent by fax or by electronic mail, candidates must confirm this fact by letter as soon as possible and at all events before the final date indicated in IV.3.4.
 VI.4) Procedures for appeal:  
 VI.4.1) Body responsible for appeal procedures:  
Court of First Instance of the Court of Justice of the European Communities, Boulevard Conrad Adenauer, L-2925 Luxembourg. Tel: (352) 4303-1. Fax: (352) 43 37 66. E-mail:
ecj.registry@curia.eu.int. URL: http://curia.eu.int.
 VI.4.2) Body responsible for mediation procedures:  
The European Ombudsman, 1 Avenue du Président Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel: (33-3) 88 17 23 13. Fax: (33-3) 88 17 90 62. E-mail:
euro-ombudsman@europarl.eu.int. URL: http://www.euro-ombudsman@europarl.eu.int.
 VI.4.2) Lodging of appeals:  
Precise information on deadline(s) for lodging appeals:
'Within two months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge, a complaint to the European Ombudsman does not have as an effect to suspend this period or to open a new period for lodging appeals'.
 VI.5) Date of dispatch of this notice:  
11.7.2006.

Pour être informé des derniers articles, inscrivez vous :
Commenter cet article