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:
Framework contract for services related to ‘ex post’ financial controls.
Reference number: 2015/RTD/J2/OP/PP-03181-2015.
II.1.2)Main CPV code73210000 Research consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
‘Ex post’ controls will be performed in order for the contractors to provide an opinion whether the costs declared and paid on the basis of the EU grant agreements are in line with the financial provisions defined in each specific audited grant agreement. For this purpose, the contracting authority developed a detailed indicative audit programme.
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: 30 000 000.00 EUR
II.2)Description
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
At the contractor's premises and audits on the spot.
II.2.4)Description of the procurement:
‘See Internet address provided in Section I.1’.
II.2.5)Award criteriaQuality criterion - Name: The definition of the role and responsibilities of the audit coordinator as a measure of assurance that appropriate standards in the execution of audit assignments and reporting are attained / Weighting: 44
Quality criterion - Name: The reliability and the effectiveness of the proposed working methods to identify and report conflicts of interest to the CA within the time-frame as indicated in the working practice / Weighting: 6
Quality criterion - Name: The adequacy of the organisation of the work of the audit teams responsible for carrying out audits with regard to the performance of the framework contract / Weighting: 20
Quality criterion - Name: The quality of the solutions proposed with respect to the ongoing communication with the CA, communication of the results of audit assignments, ensuring access to data / Weighting: 30
Price - Weighting: 40
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: 1. Horizon 2020 (running from 2014 to 2020); 2. Euratom (2014–2018). For specific legal references please refer to the tender specifications (Section 2.1).
II.2.14)Additional information
‘See Internet address provided in Section I.1’.
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: 30-CE-0769696/00-91
Title:
Framework contract for services related to ‘ex post’ financial controls — rank 1
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:25/11/2016
V.2.2)Information about tendersNumber of tenders received: 9
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: KPMG AG
Postal address: Michaelis Quartier, Ludwig-Erhard-Straße 11–17, Postfach 11 12 85
Town: Hamburg
NUTS code: DE DEUTSCHLAND
Postal code: 20412
Country: Germany
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: 30 000 000.00 EUR
Total value of the contract/lot: 30 000 000.00 EUR
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: 30-CE-0836429/00-65
Title:
Framework contract for services related to ‘ex post’ financial controls — rank 2
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:25/11/2016
V.2.2)Information about tendersNumber of tenders received: 9
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Consortium of PwC Bedrijfsrevisoren cvba — PwC Réviseurs d'Entreprises sccrl
Postal address: Woluwe Garden, Woluwedal 18
Town: Sint-Stevens-Woluwe
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1932
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: PwC Réviseurs d'Entreprises sccrl
Postal address: 2, rue Gerhard Mercator, BP 1443
Town: Luxembourg
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Postal code: 1014
Country: Luxembourg
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 30 000 000.00 EUR
V.2.5)Information about subcontracting
Section V: Award of contract
Contract No: 30-CE-0836782/00-36
Title:
Framework contract for services related to ‘ex post’ financial controls — rank 3
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:25/11/2016
V.2.2)Information about tendersNumber of tenders received: 9
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Moore Stephens LLP
Postal address: 150 Aldersgate Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1A 4AB
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 30 000 000.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
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.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
‘See Internet address provided in Section I.1’.
VI.5)Date of dispatch of this notice:08/12/2016