이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
Belgium-Brussels: Support for setting up a smart readiness indicator for buildings and related impact assessment
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2016.07.20
원본


공고명 : Belgium-Brussels: Support for setting up a smart readiness indicator for buildings and related impact assessment

게시일 : 2016/07/15
마감일 : 2016/09/01
수행지역 : 벨기에
카테고리 : 81 - 연구및과학기반업

 


내용공고

Belgium-Brussels: Support for setting up a smart readiness indicator for buildings and related impact assessment

2016/S 134-241006

Contract notice

Services

Directive 2014/24/EU
Section I: Contracting authority

I.1)Name and addresses
European Commission, Directorate-General for Energy
rue Demot 24
Brussels
1049
Belgium
E-mail: ENER-TENDER-2016-554@EC.EUROPA.EU
NUTS code: BE10
Internet address(es):

Main address: https://ec.europa.eu/energy/en/funding-and-contracts/calls-tender

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=1617
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 efficiency.
Section II: Object

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

Support for setting up a smart readiness indicator for buildings and related impact assessment.


Reference number: ENER/C3/2016-554.
II.1.2)Main CPV code
73220000
II.1.3)Type of contract
Services
II.1.4)Short description:

The detailed market analysis to be conducted will have 2 objectives:

(i) from a perspective of energy efficiency-related smartness, it will define and characterise the smart-ready technologies (SRTs), together with the smart building concept definition, that are suitable to be embedded into the new and existing building stock in Europe and/or integrated into the relevant technical building systems for its operational improvement and/or functional enhancement;

(ii) it will design and propose a robust and harmonised methodology to determine the SRI of a building in a holistic manner, as a means to promote SRT-based solutions from a European building policy perspective.


II.1.5)Estimated total value
Value excluding VAT: 400 000.00 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)
II.2.3)Place of performance
NUTS code: BE10
II.2.4)Description of the procurement:

Providing the Commission with (i) a complete design and definition of a robust and harmonised methodology to calculate SRI for buildings and a full market analysis and characterisation of SRTs, in consultation with all relevant stakeholders and (ii) a comprehensive impact assessment of SRTs benefits and a market analysis of the potential penetration of these technologies in the EU buildings stock along the next few decades.


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: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
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: yes
Identification of the project: The H2020 work programme 20152016.
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
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: 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: 01/09/2016
Local time: 16:00
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
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: 09/09/2016
Local time: 11:00
Place:

Directorate-General for Energy, rue Demot 24, office 4/101, Unit C3, 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 chairman of the opening committee will indicate the name 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 European Union
rue du Fort Niedergrünewald
Luxembourg
2925
Luxembourg
Telephone: +352 4303-1
E-mail: generalcourt.registry@curia.europa.eu
Fax: +352 4303-2100
Internet address:http://curia.europa.eu/

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
General Court of the European Union
rue du Fort Niedergrünewald
Luxembourg
2925
Luxembourg
Telephone: +352 4303-1
E-mail: generalcourt.registry@curia.europa.eu
Fax: +352 4303-2100
Internet address:http://curia.europa.eu/

VI.5)Date of dispatch of this notice:
04/07/2016

 

 

원본 URL : http://ted.europa.eu/udl?uri=TED%3ANOTICE%3A241006-2016%3ATEXT%3AEN%3AHTML&src=0