Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Auctioning of emission allowances and carbon market oversight
Reference number: CLIMA.B.1/FRA/2017/0009
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
The contractors under 3 different lots will provide legal, economic, financial, as well as accounting and auditing expertise to assist the Commission in its activity related to ensuring the integrity and reliability of the auctioning of emission allowances under the EU ETS and of the carbon market through the development of the relevant legislation, its implementation and monitoring, public procurement procedures and contractual arrangements as well as ensuring the timely and effective management of problems, incidents and crisis situations.
Please note that the prior information about this tender was published in OJ 2016/S 103-183492 of 31.5.2016 with the title «Assisting the Commission in the implementation of the Commission Regulation (EU) Nº 1031/2010 ('Auctioning Regulation') and of the market oversight framework under the EU emission trading system».
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 10 000 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)79418000 Procurement consultancy services
79410000 Business and management consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
79111000 Legal advisory services
90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
The framework contract for lot 1 will run for an initial period of 24 months and shall be renewed automatically 2 times (with a maximum total duration of 72 months). The contractor(s) of the framework contract under this lot 1 might be required to provide the following services:
1) Legal assistance for development, implementation, monitoring and review of the legislation applicable to the primary and secondary market in allowances under the EU emission trading system.
2) Legal assistance for contract management
3) Legal assistance for the joint procurement of the common auction platform or of the auction monitor
4) Legal assistance for the management of the Joint Procurement Agreements
5) Coordination and handover tasks
For further detail, please refer to Procurement Documents (see section 2.3 of the tender specifications).
II.2.5)Award criteriaQuality criterion - Name: Organisation of the work / Weighting: 30
Quality criterion - Name: Illustrative tasks / Weighting: 70
Price - Weighting: 50/50
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Economic and financial market analysis
Lot No: 2
II.2.2)Additional CPV code(s)66170000 Financial consultancy, financial transaction processing and clearing-house services
66150000 Financial markets administration services
66152000 Financial market regulatory services
79300000 Market and economic research; polling and statistics
79311400 Economic research services
79311410 Economic impact assessment
66171000 Financial consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
The framework contract for Lot 2 will run for an initial period of 24 months and shall be renewed automatically 2 times (with a maximum total duration of 72 months). The contractor(s) of the framework contract under this Lot 2 might be required to provide the following services:
1) Economic and financial analysis of the functioning of the carbon markets
2) Economic and financial advice for the development, implementation, monitoring and review of the legislation applicable to the primary and secondary market in allowances under the EU emissions trading system
3) Economic and financial advice for contracts' management
4) Economic and financial advice and support for the procurement of the common auction platform or of the auction monitor
5) Economic and financial advice for the management of the Joint Procurement Agreements
6) Coordination and handover tasks
For further detail, please refer to Procurement Documents (see section 2.3 of the tender specifications).
II.2.5)Award criteriaQuality criterion - Name: Organisation of the work / Weighting: 30
Quality criterion - Name: Illustrative tasks / Weighting: 70
Price - Weighting: 50/50
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Accounting and auditing services
Lot No: 3
II.2.2)Additional CPV code(s)79212000 Auditing services
79212100 Financial auditing services
79212300 Statutory audit services
79212400 Fraud audit services
79200000 Accounting, auditing and fiscal services
79210000 Accounting and auditing services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
The framework contract for lot 3 will run for an initial period of 24 months and shall be renewed automatically 2 times (with a maximum total duration of 72 months). The contractor(s) of the framework contract under this lot 3 might be required to provide the following services:
1) Accounting and auditing services for the implementation of the Auctioning Regulation, including compliance audit of the implementation of the Auctioning Regulation by the auction platforms;
2) Accounting and auditing services for the development, implementation, monitoring and review of the EU financial market legislation applicable to the primary and secondary market in allowances;
3) Accounting and auditing services for public procurement procedures for the nomination of the common auction platform and the auction monitor, including assistance in the determination of the financial requirements and of the cost structure as well as in the evaluation of the financial situation of candidates or tenderers.
4) Accounting and auditing assistance with regard to the contracts with the common auction platform and the auction monitor, including the operational audit on the performance of the services under these contracts and audit for the determination of the costs, variation of costs and the estimation of the related price revision under these contracts.
5) Handover tasks
For further detail, please refer to Procurement Documents (see section 2.3 of the tender specifications).
II.2.5)Award criteriaQuality criterion - Name: Overall management of the framework contract / Weighting: 30
Quality criterion - Name: Illustrative tasks / Weighting: 70
Price - Weighting: 50/50
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
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.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:21/01/2018
V.2.2)Information about tendersNumber of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: DLA Piper UK LLP
Postal address: avenue Louise 106
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1050
Country: Belgium
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 6 000 000.00 EUR
Total value of the contract/lot: 6 000 000.00 EUR
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Economic and financial market analysis
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:24/01/2018
V.2.2)Information about tendersNumber of tenders received: 2
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: European Economic Research Limited (Europe Economics)
Postal address: Chancery House, 53-64 Chancery Lane
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2A 1QU
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: LSE Enterprise Ltd
Postal address: 55-56 Lincoln's Inn Fields
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2A 3LJ
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 2 500 000.00 EUR
Total value of the contract/lot: 2 500 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted