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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Invasive alien species — development of risk assessments to tackle priority species and enhance prevention.
Reference number: ENV.B.2/ETU/2016/0013.
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
The core of Regulation (EU) No 1143/2014 of the European Parliament and of the Council of 22.10.2014 on the prevention and management of the introduction and spread of invasive alien species is a list of IAS of Union concern, to be developed based on risk assessments and to be kept constantly up to date. The study ‘IAS — Prioritising prevention efforts through horizon scanning’ developed a framework for horizon scanning and identified priority species to be risk assessed. The proposed study will build on this horizon scanning exercise and perform the most urgent risk assessments for species representing an important threat for the EU, ensuring that such risk assessments will meet the requirements of the IAS Regulation.
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: 300 000.00 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 — study contract for 12 months with a budget of 300 000 EUR. The contract is renewable twice for a period of 12 months on identical terms, up to a total duration of maximum 36 months (total budget 900 000 EUR) provided that the contractor's performance is satisfactory in all respects and depending on budget availability.
II.2.5)Award criteriaQuality criterion - Name: Quality of the proposed methodology / Weighting: 50
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 25
Quality criterion - Name: Quality control measures / Weighting: 25
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 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 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: 07.0202/2016/740982/ETU/ENV.D.2
Title:
Invasive alien species — development of risk assessments to tackle priority species and enhance prevention
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:18/11/2016
V.2.2)Information about tendersNumber of tenders received: 1
Number of tenders received from SMEs: 0
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: NERC — Centre for Ecology and Hydrology
Postal address: Maclean Building, Benson Lane, Crowmarsh Gifford
Town: Wallingford, Oxfordshire
NUTS code: UK UNITED KINGDOM
Postal code: OX10 8BB
Country: United Kingdom
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: 900 000.00 EUR
Total value of the contract/lot: 300 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 63 %
Short description of the part of the contract to be subcontracted:
11,7 % + 8,3 % + 6,7 % + 5 % + 3,3 % + 3,3 % + 3,3 % + 3,3 % + 3,3 % + 3,3 % + 3,3 % + 1,7 % + 1,7 % + 1,7 % + 1,7 % + 1 % + 0,7 %.
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.
Please note this was previously published in the PIN OJ 2016/S 043-070158 on 2.3.2016 with the same title.
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:21/11/2016