Diensten - 17340-2018

16/01/2018    S10

Belgium-Brussels: Assistance to the commission on the implementation of the revised waste legislation, assessment of waste management plans and monitoring of compliance with the waste framework directive

2018/S 010-017340

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Environment
Postal address: ENV.A.5 — Finance BU-9 01/005
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
Contact person: Markets Team
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_en.htm
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Assistance to the commission on the implementation of the revised waste legislation, assessment of waste management plans and monitoring of compliance with the waste framework directive

Reference number: ENV.B.3/FRA/2017/0005
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

The framework contract will mostly concern implementation of the requirements of the revised waste directives, namely amending Directive 2008/98/EC on waste, Directive 1999/31/EC on the landfill of waste and Directive 1994/62/EC on packaging and packaging waste. The commission will seek external support in:

— the follow-up tasks resulting from the revised waste directives once they are adopted (including drafting guidance documents, preparation of delegated and implementing acts, support to preparation of legislative proposals, including the impact assessments, facilitation of information exchanges etc.),

— monitoring and promoting of compliance with recycling and landfill targets set out in the revised directives,

— and assessment of waste management plans in accordance with Art.28 of the waste framework directive, including their completeness, robustness and credibility.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 6 000 000.00 EUR
II.2)Description
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

Extra Muros.

II.2.4)Description of the procurement:

Framework contract of 24 months renewable once (total 48 months), EUR 1 500 000 per year, total budget EUR 6 000 000

II.2.5)Award criteria
Quality criterion - Name: Organisation of the work / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 20
Quality criterion - Name: Illustrative tasks / Weighting: 50
Price - Weighting: 50/50
II.2.11)Information about options
Options: no
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

This was previously published in the PIN OJ S 44 — 079856 of 3.3.2017 with a budget of EUR 4 000 000 (EUR 1 000 000 x 4) and a slightly different title “Framework contract ” assistance to the commission on the assessment of Waste management plans and on compliance monitoring and support of the implementation of the waste framework directive.

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
The 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
Notice number in the OJ S: 2017/S 092-181220
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

Contract No: ENV.B.3/FRA/2017/0005
Title:

Assistance to the commission on the implementation of the revised waste legislation, assessment of waste management plans and monitoring of compliance with the waste framework directive

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
18/12/2017
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: ARCADIS Belgium NV
Postal address: Koningsstraat 80
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1000
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
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: ENV.B.3/FRA/2017/0005
Title:

Assistance to the commission on the implementation of the revised waste legislation, assessment of waste management plans and monitoring of compliance with the waste framework directive

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
18/12/2017
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: BiPRO GmbH
Postal address: Grauerstrasse 12
Town: München
NUTS code: DE DEUTSCHLAND
Postal code: 81545
Country: Germany
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
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: ENV.B.3/FRA/2017/0005
Title:

Assistance to the commission on the implementation of the revised waste legislation, assessment of waste management plans and monitoring of compliance with the waste framework directive

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
18/12/2017
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Eunomia Research & Consulting Ltd
Postal address: 37 Queen Square
Town: Bristol
NUTS code: UK UNITED KINGDOM
Postal code: BS1 4QS
Country: United Kingdom
The contractor is an SME: yes
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
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: ENV.B.3/FRA/2017/0005
Title:

Assistance to the commission on the implementation of the revised waste legislation, assessment of waste management plans and monitoring of compliance with the waste framework directive

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
18/12/2017
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Öko-Institut e.V.
Postal address: Merzhauser Strasse 173
Town: Freiburg
NUTS code: DE DEUTSCHLAND
Postal code: 79100
Country: Germany
The contractor is an SME: yes
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
The contract is likely to be subcontracted

Section VI: Complementary information

VI.3)Additional information:

In line with Article 134.1.e) of the Rules of Application to the Financial Regulation Nº 2015/1929 of 30.10.2015, during the 3 years following conclusion of the original contract, the contracting authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same contracting authority awarded an original contract, provided that these services or works are in conformity with a basic project for which the original contract was awarded after publication of a contract notice, subject to the conditions set out in paragraph 4 of Article 134.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

You may submit any observations concerning the award procedure to the contracting authority indicated under Heading I.1.

If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http:// www.ombudsman.europa.eu) Such complaint does not have as an effect either to suspend the time-limit to launch an appeal or to open a new period for lodging an appeal.

Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.

VI.5)Date of dispatch of this notice:
04/01/2018