Diensten - 30066-2018

23/01/2018    S15

Belgium-Brussels: Second Phase of Review of National Air Pollution Emission Inventory Data

2018/S 015-030066

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
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/environment/funding/calls_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:

Second Phase of Review of National Air Pollution Emission Inventory Data

Reference number: ENV.C.3/SER/2017/0007
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

This is a follow-up contract to the inventory review contract ENV.C.3/SER/2016/0033, requiring (a) a detailed review to verify that all member states have integrated the recommendations from the 2017 in-depth EU review in their national emission inventories, (b) conduct of the first phase of an in-depth review of national emission inventories of POPs and heavy metals, and (c) review of any inventory adjustment applications submitted to the Commission in 2018.

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: 349 158.50 EUR
II.2)Description
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:

Open call for tender — Single service contract for 12 months.

II.2.5)Award criteria
Quality criterion - Name: Quality of the proposed methodology / Weighting: 50
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 20
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

Please note that the title given in Prior information notice S 044-079856 of 3/3/2017 was "Rolling review of Member States' emissions inventories under the Directive (EU) 2016/2284 of the European Parliament and of the Council on the reduction of national emissions of certain atmospheric pollutants".

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: 2017/S 106-211419
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: 070203/2017/765105/SER/ENV.C.3
Title:

Second phase of review of national air pollution emission inventory data

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
11/12/2017
V.2.2)Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Umweltbundesamt GmbH
Postal address: Spittelauer Lände 5
Town: Wien
NUTS code: AT ÖSTERREICH
Postal code: 1090
Country: Austria
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: 350 000.00 EUR
Total value of the contract/lot: 349 158.50 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:

A range of amounts to 17 entities.

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: 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 two 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:
16/01/2018