Dienstleistungen - 387535-2015

Kompaktansicht anzeigen

04/11/2015    S213

Belgium-Brussels: Defining and applying the concept of favourable reference values for species and habitats under the EU Birds and Habitats Directives

2015/S 213-387535

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Directorate-General for the Environment
Postal address: BU 9 01/005
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: env-tenders@ec.europa.eu

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/environment/funding/calls_en.htm

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Defining and applying the concept of favourable reference values for species and habitats under the EU Birds and Habitats Directives.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: ‘Extra muros’.
NUTS code
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Achieving favourable conservation status (FCS) for habitats and species of Community interest is the overall objective of the Habitats Directive (HD). Favourable reference values (FRVs) are key reference levels used to define in specific terms when FCS is being achieved for individual species and habitats. Similar concepts apply to the Birds Directive (BD) even though they are spelled out less clearly and different terms are used. The contract has 3 main objectives:
Despite the fact that FRVs are essential elements to determine the ‘distance to target’ (i.e. the distance to FCS), the latest reporting round under Article 17 has shown that they are still poorly developed and often inconsistently applied across Member States. This is considered problematic, as it could lead to very different interpretations as to the overall goal to be achieved under the nature directives.
Therefore, the given contract has 3 main objectives:
1) support the development of methodologies and guidance on how to establish FRVs and testing of the methods;
2) application of the resulting method (i.e. establishing FRVs) for a defined group of habitats and species;
3) translating the biogeographic or population-based FRVs by way of examples and guidelines to concrete measures and action on MS level.
II.1.5)Common procurement vocabulary (CPV)

90700000 Environmental services

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 259 680 EUR
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Quality of the proposed methodology. Weighting 50
2. Organisation of the work. Weighting 30
3. Quality control measures. Weighting 20
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
ENV.B.3/SER/2015/0009.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 38-064198 of 24.2.2015

Contract notice

Notice number in the OJEU: 2015/S 81-142309 of 25.4.2015

Section V: Award of contract

Contract No: 07.0202/2015/715107/SER/ENV.B.3
V.1)Date of contract award decision:
22.10.2015
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Alterra, institute within the legal entity Stichting DLO
Postal address: Droevendaalsesteeg 3
Town: Wageningen
Postal code: 6708 PB
Country: Netherlands

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 300 000 EUR
Excluding VAT
Total final value of the contract:
Value: 259 680 EUR
Excluding VAT
If annual or monthly value:
Number of months: 24
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Proportion: 60 %
Short description of the value/proportion of the contract to be sub-contracted: 4 % + 9 % + 7 % + 10,5 % + 8 % + 10,5 % + 5 % + 6 %.

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
In line with Article 134.1(f) of the rules of application to the Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the exceptional negotiated procedure for additional services (without prior publication of a contract notice) consisting in the repetition of similar services (up to a maximum of 50 % of the original contract value) entrusted to the economic operator awarded the initial contract by the same contracting authority.

Please note this was published in the PIN OJ 2015/S 38-064198 on 24.2.2015 with a budget of 300 000 EUR; it is now a range between 250 000 EUR and 300 000 EUR.

VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

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 4303-2100
Internet address: http://curia.europa.eu

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: 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.3.1.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
23.10.2015