Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework contract on administrative, technical and legal support for the implementation of environmental governance instruments and policies.
Reference number: ENV.D.4/FRA/2016/0003.
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
This framework contract will be the main vehicle to support all aspects of the implementation of legislation and policies which are related to governance of EU environment policy. This policy includes, in particular the legislation in relation to the Aarhus Convention (access to justice, access to information, public participation) as well as legislation on access to documents, inspections, liability and environmental information such as the legislation regulated by the Inspire Directive. The general goal is to have a framework contract that is able to provide timely and high-quality proposals and deliverables for DG Environment and for other Commission services for the specific service and study requests.
II.1.6)Information about lotsThis 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 performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
Open call for tender — multiple framework contract with reopening of competition between at least 4 economic operators.
The aggregated maximum annual amount for which specific contracts can be awarded will not exceed 6 000 000 EUR for the total maximum duration of the framework contract. The indicative price of the specific contracts is envisaged to range between 50 000 EUR and 200 000 EUR not excluding the possibility that individual specific contracts could be either of a higher or a lower price. The volume of the work and the services requested are expected to be spread evenly throughout the 48-month duration except for the first year when it is likely to be lower. Specific contracts are subject to budget needs and availability.
II.2.5)Award criteriaQuality criterion - Name: Organisation of the work — overall management of the contract / Weighting: 20
Quality criterion - Name: Quality control measures — overall management of the contract / Weighting: 20
Quality criterion - Name: Quality of the proposed methodology — illustrative tasks / Weighting: 30
Quality criterion - Name: Organisation of the work — illustrative tasks / Weighting: 20
Quality criterion - Name: Quality control measures — illustrative tasks / Weighting: 10
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
Contract No: ENV.D.4/FRA/2016/0003/Ecologic
Title:
Framework contract on administrative, technical and legal support for the implementation of environmental governance instruments and policies
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:02/09/2016
V.2.2)Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Ecologic Institut gemeinnützige GmbH
Postal address: Pfalzburger Str. 43/44
Town: Berlin
NUTS code: DE DEUTSCHLAND
Postal code: 10717
Country: Germany
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Institute for European Environmental Policy, London
Postal address: 11 Belgrave Road, IEEP Offices, floor 3
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1V 1RB
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Faculty of Law at the University of Maastricht
Postal address: Minderbroedersberg 4-6
Town: Maastricht
NUTS code: NL NEDERLAND
Postal code: 6200 MD
Country: Netherlands
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Faculty of Law at the University of Catania
Postal address: Piazza Universita n. 2
Town: Catania CT
NUTS code: IT ITALIA
Postal code: 95131
Country: Italy
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: The Regional Environmental Center for Central and Eastern Europe
Postal address: Ady Endre Ut 9-11.
Town: Szentendre
NUTS code: HU MAGYARORSZÁG
Postal code: 2000
Country: Hungary
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 subcontractingThe contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Section V: Award of contract
Contract No: ENV.D.4/FRA/2016/0003/Milieu
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:02/09/2016
V.2.2)Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Milieu Ltd
Postal address: chaussée de Charleroi 112
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1060
Country: Belgium
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 subcontractingThe contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Section V: Award of contract
Contract No: ENV.D.4/FRA/2016/0003/COWI
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:02/09/2016
V.2.2)Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: COWI Belgium
Postal address: avenue de Tervuren 13B
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1040
Country: Belgium
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: COWI A/S
Postal address: Parallelvej 2
Town: Kongens Lyngby
NUTS code: DK DANMARK
Postal code: 2800
Country: Denmark
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Alterra — Stichting Dienst Landbouwkundig Onderzoek
Postal address: Droevendaalsesteeg 4
Town: Wageningen
NUTS code: NL NEDERLAND
Postal code: 6708
Country: Netherlands
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Epsilon International Anonymh Etaireia Meleton & Symboylon
Postal address: Monemvasias Street 27
Town: Marousi
NUTS code: GR ELLADA
Postal code: 151 25
Country: Greece
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Association Justice & Environment, z.s.
Postal address: Údolní 33
Town: Brno
NUTS code: CZ ČESKÁ REPUBLIKA
Postal code: 602 00
Country: Czechia
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Particip GmbH
Postal address: Merzhauserstraße 183
Town: Freiburg
NUTS code: DE DEUTSCHLAND
Postal code: 79100
Country: Germany
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Prospect Consulting and Services
Postal address: rue du Prince Royal 83
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1050
Country: Belgium
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Umweltbundesamt GmbH
Postal address: Spittelauer Lände 5
Town: Vienna
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: 6 000 000.00 EUR
Total value of the contract/lot: 6 000 000.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
In line with Article 134.1(e) and (f) of the rules of application to Regulation (EU, Euratom) 2015/1929 of the European Parliament and of the Council of 28.10.2015 (Financial Regulation), 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.4.3)Review procedurePrecise 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:19/09/2016