Pakalpojumi - 438524-2015

Rādīt kompakto skatījumu

15/12/2015    S242

Belgium-Brussels: Study on the review of the list of critical raw materials

2015/S 242-438524

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 Internal Market, Industry, Entrepreneurship and SMEs, Directorate C — Industrial Transformation and Advanced Value Chains
Postal address: avenue d'Auderghem 45
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Gwenole Cozigou
E-mail: entr-c-financial-team@ec.europa.eu

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/growth/index_en.htm

Address of the buyer profile: http://ec.europa.eu/growth/contracts-grants/calls-for-tenders/index_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
Study on the review of the list of critical raw materials.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 10: Market research and public opinion polling services
Main site or location of works, place of delivery or of performance: Contractor's premises or any place indicated in the tender, with the exception on the Commission's premises.
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)
In June 2010 the European Commission published an expert report (based on a study) which established a methodology for the identification of (non-energy and non-food material) raw materials deemed critical to the EU. Critical raw materials are those raw materials which have a high economic importance to the EU combined with a high risk associated with their supply. In 2011, a first list of critical raw materials was published through a Commission Communication (COM(2011) 25) based on the abovementioned expert report. Since then, the Commission has a political commitment towards the Member States and the European Parliament to publish a list of critical raw materials at least every 3 years. The latest revision of the list of critical raw materials took place in May 2014 through the publication of a new expert report and a Commission Communication (COM(2014) 297). In order to be able to deliver the next report and eventually also a list of critical raw materials in 2017, a new study is required.
II.1.5)Common procurement vocabulary (CPV)

14000000 Mining, basic metals and related products

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: 397 350 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. Understanding: compliance to tender specifications as described in detail under Section 1, including comprehensive understanding of: (a) the context under which the study is conducted as detailed in Section 1.1; (b) the scope of the criticality assessment that will need to be performed; and (c) the tasks as provided in Section 1.1.. Weighting 30
2. Methodology: for each of the tasks as described in Section 1.1. a) clarity, consistency and applicability of the proposed work plan and; b) quality of the proposed approach. Weighting 30
3. Project management and resources: quality of proposed planning and organisation of the team to cope with and fulfil the obligations of the contract in the time required. Adequacy of the allocation of the tasks within the team. Weighting 30
4. Completeness, clarity and presentation of the tender. Weighting 10
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
456/PP/GRO/SME/15/F/S124.
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 109-197418 of 9.6.2015

Section V: Award of contract

Contract No: SI2.716279
V.1)Date of contract award decision:
5.11.2015
V.2)Information about offers
Number of offers received: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Bio Intelligence Service
Postal address: 185 avenue Charles de Gaulle
Town: Neuilly-sur-Seine
Postal code: 92200
Country: France
E-mail: bio@biois.com
Telephone: +33 155616303

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 400 000 EUR
Excluding VAT
Total final value of the contract:
Value: 397 350 EUR
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

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: yes
Reference to project(s) and/or programme(s): The contract is covered by the Regulation (EU) No 1287/2013 of the European Parliament and of the Council of 11.12.2013 establishing a Programme for the Competitiveness of Enterprises and small and medium-sized enterprises (COSME) (2014–2020) and repealing Decision No 1639/2006/EC.
VI.2)Additional information:
Partners of Bio Intelligence Service for this contract are: Netherlands Organisation for Applied Scientific Research (TNO), Anna Van Buerenplein 1, 2595 DA The Hague, NETHERLANDS; Natural Environment Research Council (NERC), Polaris House, North Star Avenue, Swindon, SN2 1EU, UNITED KINGDOM; Bureau de Recherches Géologiques et Minières (BRGM), Tour Mirabeau, 39–43 Quai André Citröen, 75739 Paris Cedex 15, FRANCE.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: ecj.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: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
3.12.2015