Services - 267175-2019

10/06/2019    S110

Belgium-Brussels: Supporting Fluorinated Greenhouse Gas Policies (4 lots)

2019/S 110-267175

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 Climate Action
Postal address: CLIMA A.4 – Financial Resources and Planning BU-24 00/061
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
E-mail: clima-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/clima/tenders/index_en.htm
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:

Supporting Fluorinated Greenhouse Gas Policies (4 lots)

Reference number: CLIMA.A.2/SER/2018/0011
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

For the successful implementation of Regulation (EU) No 517/2014, it is necessary to put a contract in place for the future (Lot 2) to support implementation. Likewise international negotiations need technical input, and outreach on our policies is necessary (Lot 1). The phase-down needs to be implemented smoothly and a close following of its impacts on the market is necessary (Lot 3). In order to fulfil our obligations under Article 21(2) and 21(4) of the Regulation, requiring reports on HFC availability and alternatives to using SF6 in switchgear as well as alternatives that could replace HFCs in split air conditioning, it is necessary to put lot 4 in place.

II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 327 857.00 EUR
II.2)Description
II.2.1)Title:

International Fluorinated Greenhouse Gas/Ozone Depleting Substances Issues and Dissemination

Lot No: 1
II.2.2)Additional CPV code(s)
90700000 Environmental services
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:

The general objectives of this lot are to ensure sufficient technical support during the negotiations at international meetings under the Montreal Protocol and to support DG CLIMA in outreach activities, especially on low Global Warming Potential (GWP) alternatives as well as on policy options and scenarios, including at international level.

II.2.5)Award criteria
Quality criterion - Name: Preparation and support of Montreal Protocol negotiations (Task 1) / Weighting: 45
Quality criterion - Name: Outreach activities (Task 2) / Weighting: 15
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
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

One tenderer may bid for any number of lots.

II.2)Description
II.2.1)Title:

Domestic Support

Lot No: 2
II.2.2)Additional CPV code(s)
90700000 Environmental services
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:

The general objective is to support DG CLIMA in implementing the (new) F-gas and Ozone Layer Protection policies. The specific objectives of this tender are to obtain:

— support for the domestic implementation of the F-gas Regulation, in particular as regards the HFC Registry, reporting, quotas, help desk for companies and compliance issues,

— support in the analysis of the derogation requests under the Ozone Regulation.

II.2.5)Award criteria
Quality criterion - Name: Further development of fluorinated gas portal and BDR reporting sheets (Task 1) / Weighting: 10
Quality criterion - Name: Calculation of reference values and quotas (Task 2) / Weighting: 20
Quality criterion - Name: Helpdesk function and monitoring (Task 3) / Weighting: 20
Quality criterion - Name: Technical support (Task 4) / Weighting: 10
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
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

One tenderer may bid for any number of lots.

II.2)Description
II.2.1)Title:

HFC Price and Phase-down Monitoring

Lot No: 3
II.2.2)Additional CPV code(s)
90700000 Environmental services
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:

The general objective is to analyse the market and economic aspects of the supply of and demand for HFCs and alternative technologies for internal use by DG CLIMA, supporting the monitoring of the effects of Regulation (EU) No 517/2014.

The specific objectives of this contract are to:

— monitor and analyse the market and price developments on the global and EU market for HFCs,

— assess the functioning and impacts of the quota system,

— analyse the impact of the phase-down on innovation in the relevant sectors,

— assess the magnitude of illegal trade and identify non-compliant companies when possible.

II.2.5)Award criteria
Quality criterion - Name: Monitor prices and gas availability (Task 1) / Weighting: 20
Quality criterion - Name: Functioning of the quota system (Task 2) / Weighting: 10
Quality criterion - Name: Innovation (Task 3) / Weighting: 15
Quality criterion - Name: Identifying illegal trade (Task 4) / Weighting: 15
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
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

One tenderer may bid for any number of lots.

II.2)Description
II.2.1)Title:

Reports on SF6 and Split Air Conditioning

Lot No: 4
II.2.2)Additional CPV code(s)
90700000 Environmental services
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:

The general objective is to collect, including through EU wide surveys and stakeholder consultations, as well as analyse the pertinent information to support the Commission in issuing assessment reports on switchgears and split A/C systems as referenced above. Furthermore, the work of the consultants should produce recommendations towards further developing EU policies in these areas.

The specific objectives of this tender are to:

— produce an overview of relevant existing alternatives and of ongoing R&D activities for these sectors in the European Union,

— assess the EU market potential of existing alternatives in accordance with the 4 criteria of cost-effectiveness, technical feasibility, energy efficiency and reliability,

— produce recommendations towards further developing EU policies in these areas.

II.2.5)Award criteria
Quality criterion - Name: SF6 in switchgears (Task 1) / Weighting: 45
Quality criterion - Name: Single split AC (Task 2) / Weighting: 15
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 15
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

One tenderer may bid for any number of lots.

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.1.8)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: 2018/S 250-576682
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

Lot No: 1
Title:

International Fluorinated Greenhouse Gas/Ozone Depleting Substances Issues and Dissemination

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
29/05/2019
V.2.2)Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Öko-Recherche Büro für Umweltforschung und beratung GmbH
Postal address: Münchener Strasse 23
Town: Frankfurt-am-Main
NUTS code: DE DEUTSCHLAND
Postal code: 60329
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: 70 000.00 EUR
Total value of the contract/lot: 69 680.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 2
Lot No: 2
Title:

Domestic Support

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
21/05/2019
V.2.2)Information about tenders
Number of tenders received: 1
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: Merzhauseer Strasse 179
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: 170 000.00 EUR
Total value of the contract/lot: 168 235.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 3
Lot No: 3
Title:

HFC Price and Phase-down Monitoring

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
29/05/2019
V.2.2)Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Öko-Recherche GmbH
Postal address: Münchener Strasse 23
Town: Frankfurt-am-Main
NUTS code: DE DEUTSCHLAND
Postal code: 60329
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: 90 000.00 EUR
Total value of the contract/lot: 89 942.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: 4
Lot No: 4
Title:

Reports on SF6 and Split Air Conditioning

A contract/lot is awarded: no
V.1)Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

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.

Tender documents will be available for download at the address indicated under Heading I.3). The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303100
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:
29/05/2019