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
Exploring expansion of NER 300 system.
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 NER 300 programme is one of the largest funding schemes for the demonstration of low-carbon technologies at commercial scale and contributes to the implementation of a number of EU energy and climate policies and strategies.
The European Council asked in its conclusions on the 2030 climate and energy policy framework that ‘the existing NER 300 facility be renewed, including for carbon capture and storage and renewables, with the scope extended to low-carbon innovation in industrial sectors and the initial endowment increased to 400 million allowances (NER 400).’
The objectives of this tender are twofold. On the one hand, the contractor will analyse how the modalities of the NER 300 Decision have performed. On the other hand, the contractor will compare where possible with alternatives, suggest updates to the requirements where necessary, complement them to match the directions given by the European Council and conclude on the best approach in the expanded NER 300 Decision and related documents. This will also include specific tasks for the industry part of the expanded NER 300 programme.
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: 276 888 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 40
2. Organisation of the work. Weighting 30
3. Quality control measures. Weighting 30
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
CLIMA.C.1/SER/2015/0013.
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: 340201/2015/719104/SER/CLIMA.C.1 V.1)Date of contract award decision:18.12.2015
V.2)Information about offersNumber of offers received: 6
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenOfficial name: ICF Consulting Limited
Postal address: Watling House, 33 Cannon Street
Town: London
Postal code: EC4M 5SB
Country: United Kingdom
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 300 000 EUR
Total final value of the contract:
Value: 276 888 EUR
Excluding VAT
If annual or monthly value:
Number of months: 12
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: 41 %
Short description of the value/proportion of the contract to be sub-contracted: 28 + 13.
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.
Tender documents will be available for download at the address indicated under heading I.1. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
Please note that in the PIN OJ 2015/S 037-062225 of 21.2.2015 the budget given was 130 000 EUR. In contract notice OJ 2015/S 121-219786 of 26.6.2015 the budget was 270 000–300 000 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