Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 436889-2016

13/12/2016    S240

Belgium-Brussels: Framework contract on evaluation, review and development of EU water policy

2016/S 240-436889

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, SRD.2 — Finance
Postal address: 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:

Framework contract on evaluation, review and development of EU water policy.

Reference number: ENV.C.1/FRA/2016/0014.
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

To provide services to the Water Unit in DG Environment in relation to the following:

— independent, impartial and punctual necessary work and advice on scientific, socio-economic and technical issues related to the issues dealt with within the common implementation strategy (CIS) of the Water Framework Directive (WFD) and Floods Directive (FD),

— technical assistance to the Commission in the integrated assessment of the implementation of the EU water legislation (WFD, Priority Substances Directive, Groundwater Directive and Floods Directive) and 2nd RBMPs/1st FRMPs, looking at issues such as coordination performed by Member States in the different steps in the WFD and the FD planning process and the implementation of other related environmental directives,

— technical assistance to the Commission in in-depth focused assessments of the WFD/FD implementation in MS on selected issues linked to specific needs,

— technical assistance to assess information on possible infringement cases.

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: 12 000 000.00 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:

Framework contract. The aggregated maximum annual amount for which specific contracts can be awarded will not exceed 3 000 000 EUR (i.e. 12 000 000 EUR for the total maximum duration of the framework contract). The indicative price of the specific contracts is envisaged to range between 100 000 EUR and 250 000 EUR (in exceptional cases specific contracts could range up to 1 500 000 EUR) and the typical duration of the average project may vary between 8 and 18 months.

The deliverables will be different in nature from request to request. As examples, the deliverables could be MS assessments reports, guidance documents and technical reports on issues related to implementation of EU water policies and other specific areas, or support to meetings or workshops (preparation of documents, venue arrangements, assisting during the workshop, preparing of minutes).

II.2.5)Award criteria
Quality criterion - Name: Organisation of the work / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 20
Quality criterion - Name: Quality of the proposed methodology / Weighting: 25
Quality criterion - Name: Organisation of the work / Weighting: 20
Quality criterion - Name: Quality control measures / Weighting: 5
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

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
The 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
Notice number in the OJ S: 2016/S 089-155809
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.C.1/FRA/2016/0014
Title:

Framework contract on evaluation, review and development of EU water policy

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
23/11/2016
V.2.2)Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Haskoning DHV UK Limited
Postal address: Rightwell House, Bretton Centre
Town: Peterborough
NUTS code: UK UNITED KINGDOM
Postal code: PE3 8DW
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: 12 000 000.00 EUR
Total value of the contract/lot: 12 000 000.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: ENV.C.1/FRA/2016/0014
Title:

Framework contract on evaluation, review and development of EU water policy

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
23/11/2016
V.2.2)Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Amec Foster Wheeler Environment and Infrastructure
Postal address: Booths Park, Chelford Road
Town: Cheshire
NUTS code: UK UNITED KINGDOM
Postal code: WA16 8QZ
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: 12 000 000.00 EUR
Total value of the contract/lot: 12 000 000.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: ENV.C.1/FRA/2016/0014
Title:

Framework contract on evaluation, review and development of EU water policy

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
23/11/2016
V.2.2)Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Ramboll Management Consulting A/S
Postal address: Hannemanns Allé 53
Town: Copenhagen S
NUTS code: DK DANMARK
Postal code: 2300
Country: Denmark
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Stichting Deltares
Postal address: Boussinesqweg 1
Town: Delft
NUTS code: NL NEDERLAND
Postal code: 2629 HV
Country: Netherlands
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Stichting VU
Postal address: De Boelelaan 1105
Town: Amsterdam
NUTS code: NL NEDERLAND
Postal code: 1081 HV
Country: Netherlands
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Office International de l'Eau
Postal address: 21-23 rue de Madrid
Town: Paris
NUTS code: FR FRANCE
Postal code: 75008
Country: France
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Oréade-Brèche
Postal address: 64 chemin del prat
Town: Auzeville
NUTS code: FR FRANCE
Postal code: 31320
Country: France
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: 12 000 000.00 EUR
Total value of the contract/lot: 12 000 000.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section V: Award of contract

Contract No: ENV.C.1/FRA/2016/0014
Title:

Framework contract on evaluation, review and development of EU water policy

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
23/11/2016
V.2.2)Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: WRc plc
Postal address: Frankland Road, Blagrove
Town: Swindon
NUTS code: UK UNITED KINGDOM
Postal code: SN5 8YF
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: 12 000 000.00 EUR
Total value of the contract/lot: 12 000 000.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

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.

Tender documents will be available for download at the address indicated under heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.

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 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:
01/12/2016