Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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
Updated inventory and assessment of soil protection policy instruments in EU Member States.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: ‘Extra muros’.
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)
The general objective of the contract is to deliver an updated and detailed picture of policies and measures at EU, Member State and — where applicable — regional level, contributing (directly or indirectly) to soil protection. This is to be supported by relevant evidence and quantified to the extent possible. The outcome shall support the baseline for any further proposal for action at EU level, taking fully into account the proportionality and subsidiarity principles.
This assessment will build on a substantial background of information collected in the context of the drafting and further implementation of the soil thematic strategy, as well as further studies and assessments carried out in the context of EU policy (CAP, Water Framework Directive, etc.).
The contract will focus on measures and legal instruments addressing the main soil threats (erosion, organic matter decline, contamination, sealing, soil biodiversity loss, salinisation, compaction and landslides) and soil functions identified in the soil thematic strategy.
The specific objectives are:
1) to perform an inventory of soil-relevant policies and soil protection legislation at EU level and in the 28 Member States and its regions where applicable. This inventory should also identify relevant non-binding instruments, measures, and targets (e.g. national soil strategy). It should cover policies in place but also policies in the pipeline;
2) to collect information assessing the effectiveness of soil legislation and soil protection measures at Member State (including its regions) and EU level on the state of soil;
3) on this basis, to perform a cross-policy analysis identifying the effectiveness and gaps in EU policies and national legislation in addressing the soil threats and soil functions, and to stimulate a discussion with experts from Member States and stakeholders on the findings of the stock-taking exercise.
II.1.5)Common procurement vocabulary (CPV)90700000 Environmental services
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: 183 035 EUR
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Quality of the proposed methodology. Weighting 60
2. Organisation of the work. Weighting 30
3. Quality control measures. Weighting 10
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
ENV.B.1/SER/2015/0022.
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: 07.0201/2015/719504/SER/ENV.B.1 V.1)Date of contract award decision:18.12.2015
V.2)Information about offersNumber of offers received: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenOfficial name: Ecologic Institute gemeinnützige GmbH
Postal address: Pfalzburger Straße 43/44
Town: Berlin
Postal code: 10717
Country: Germany
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 200 000 EUR
Excluding VAT
Total final value of the contract:
Value: 183 035 EUR
Excluding VAT
If annual or monthly value:
Number of months: 10
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Proportion: 56 %
Short description of the value/proportion of the contract to be sub-contracted: 27,8 % + 24,4 % + 1,3 % + 1,3 % + 1,4 % = 56,2 %.
Section VI: Complementary information
VI.1)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
In line with Article 134.1(f) of the rules of application to the Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the exceptional negotiated procedure for additional services (without prior publication of a contract notice) consisting in the repetition of similar services (up to a maximum of 50 % of the original contract value) entrusted to the economic operator awarded the initial contract by the same contracting authority.
Please note that this was previously published in the PIN OJ 2015/S 038-064198 of 24.2.2015 with the title ‘Support to the development of a new EU initiative on soil protection — Inventory and assessment of policy instruments in EU Member States’ and with a budget of 200 000 EUR. The budget is now a range between 180 000 EUR and 200 000 EUR.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures VI.3.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: 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.3.1.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:22.12.2015