Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
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:
Input and Participation of SME Associations and Environmental NGOs into Environmental Footprint TAB and PEFCR/OEFSR Development (2 Lots)
Reference number: ENV.B.1/SER/2018/0010
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
In the coming years, businesses will have the possibility to volunteer to develop rules for calculating the environmental footprint for their products or sector based on the product and organisation environmental footprint methods, through a multi-stakeholder process.
Input from environmental NGOs and organisations representing SMEs is needed in the development or update of Product Environmental Footprint Category Rules (PEFCR) and Organisation Environmental Footprint Sector Rules (OEFSR). Furthermore, the contractor will be expected to contribute to shaping solutions to technical (Life Cycle Assessment) issues related to the implementation of the environmental footprint methods and the product — and sector — specific rules, and provide comments to drafts and participate in the discussions related to developments in the Technical Advisory Board (TAB). The contractor will gather input from its membership to convey consolidated input.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 120 000.00 EUR
II.2)Description
II.2.1)Title:
Stakeholder Representation: SMEs
Lot No: 2
II.2.2)Additional CPV code(s)90700000 Environmental services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
Providing the services tendered requires expertise in Life Cycle Assessment and knowledge of EU instruments for environmental product policy (e.g. EU Ecolabel, Ecodesign, Environmental Footprint).
Services will include participation in 4 Technical Secretariats (the volunteers leading the development of product- or sector-specific rules), participating in the work of the governance bodies of the process, providing comments on drafts and gathering comments from their membership.
II.2.5)Award criteriaQuality criterion - Name: Quality of the proposed methodology / Weighting: 52
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 24
Quality criterion - Name: Quality control measures / Weighting: 24
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
Please note this was previously published in the PIN OJ 2018/S 056-123139 on 21.3.2018 with the title: “Support to SMEs and environmental NGOs for the participation in Environmental Footprint TAB and PEFCR/OEFSR development”.
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: 070201/2018/787107/SER/ENV.B.1
Title:
Stakeholder Representation: SMEs
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:24/09/2018
V.2.2)Information about tendersNumber of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Force Technology S/A
Postal address: Park Alle 345
Town: Brondby
NUTS code: DK DANMARK
Postal code: 2605
Country: Denmark
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: 120 000.00 EUR
Total value of the contract/lot: 120 000.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
In line with Article 11.1(e) of the Annex to Regulation (EU, Euratom) 2018/1046 on the financial rules applicable to the general budget of the Union, 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 those 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 point 11.4.
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:10/10/2018