Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Mobility and transport — aviation.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework service contract for the provision of assistance to the implementation of the performance and charging schemes for air navigation services.
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 subject matter of the FWC is to provide at short notice the Commission with highly qualified external expertise to support the contracting authority in the design, preparation and implementation of policies, initiatives and legislative proposals in the field of Single European Sky policy (performance and charging schemes for air navigation services) as well as to support the PRB. The tasks may consist of technical, administrative and/or economic assistance.
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: 20 000 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)73200000 Research and development consultancy services
79330000 Statistical services
73220000 Development consultancy services
79140000 Legal advisory and information services
79419000 Evaluation consultancy services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
Contractors' premises — proximity to the Commission premises.
II.2.4)Description of the procurement:
The purpose of the framework contract is to provide at short notice the Commission with highly qualified external expertise to support the contracting authority in the design, preparation and implementation of policies, initiatives and legislative proposals in the field of the Single European Sky policy (performance and charging schemes) as well as to support the Performance Review Body (PRB). The tasks covered by this invitation to tender may consist of technical, administrative and/or economic assistance in the abovementioned areas. As of autumn 2017, following this call for tender, the winning contractor will provide independent support to the PRB, including secretarial and administrative support. Furthermore, the winning contractor will provide additional services directly to the Commission to support it in the follow-up of PRB recommendations and findings.
Task 1: qualified expert support to the PRB (analysis and report writing).
Task 2: administrative support to the PRB.
Task 3: qualified expert support to the Commission (follow-up of PRB recommendations and findings).
II.2.5)Award criteriaQuality criterion - Name: Understanding of the objective of the tender / Weighting: 30
Quality criterion - Name: Methodology of work / Weighting: 15
Quality criterion - Name: Project management, quality assurance and quality and allocation of resources / Weighting: 40
Quality criterion - Name: Completeness, clarity and presentation of the tender / Weighting: 15
Cost criterion - Name: Lowest tender / price of tender x / Weighting: 0.3
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: yes
Identification of the project: Connecting Europe Facility (CEF) — transport sector.
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: MOVE/E3/2016-401
Title:
Framework contract for assistance to the implementation of performance and charging schemes for air navigation services
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:17/08/2017
V.2.2)Information about tendersNumber of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Ernst & Young Special Business Services
National registration number: 172526430
Postal address: De Kleetlaan 2
Town: Diegem
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1831
Country: Belgium
Internet address:
www.ey.comThe contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Helios Technology Limited
National registration number: 3257217
Postal address: 29 Hercules Way, Aeropark, Farnborough
Town: Hampshire
NUTS code: UKJ36 Not specified
Postal code: GU14 6UU
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Integra A/S
National registration number: 12622678
Postal address: Trorodvej 63B
Town: Vedbaek
NUTS code: DK01 Hovedstaden
Postal code: 2950
Country: Denmark
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: 20 000 000.00 EUR
Total value of the contract/lot: 20 000 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 46 %
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:20/09/2017