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:
Current practices in enforcement of EU marine fuel suppliers and options for improvement under the scope of Council Directive 1999/32/EC.
Reference number: ENV.C.3/SER/2016/0034.
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
A cost-efficient and coherent implementation and enforcement of Council Directive 1999/32/EC as regards the sulphur content of marine fuels is of high priority to achieve its projected health and environmental benefits resulting from reduced sulphur dioxide emissions from shipping, thus promoting fair competition and increased sustainability of maritime transport.
This is addressed by Commission Implementing Decision (EU) 2015/253 which focuses on the necessity that Member States ensure sufficiently frequent and accurate inspections and sampling of marine fuels used on board ships. The provisions on enforcement on fuel suppliers are addressed more broadly than those on sampling of marine fuels on board. This contract is aimed at clarifying or screening how Member States' competent authorities act in respect of fuel oil suppliers, also very relevant in view of the requirement on global cap entering into force in 2020.
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: 100 000.00 EUR
II.2)Description
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:
Open call for tender — service contract of 36 months.
II.2.5)Award criteriaQuality criterion - Name: Quality of the proposed methodology / Weighting: 40
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 30
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 that the budget given in PIN 2016/S 43-070158 of 2.3.2016 was 75 000 EUR and the title was ‘Current practice in enforcement of marine fuel suppliers and options for improvement’.
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: 070201/2016/740937/SER/ENV.C.3
Title:
Current practices in enforcement of EU marine fuel suppliers and options for improvement under the scope of Council Directive 1999/32/EC
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:13/12/2016
V.2.2)Information about tendersNumber of tenders received: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Lloyd's Register Group Services Ltd
Postal address: 71 Fenchurch Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC3M 4BS
Country: United Kingdom
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: 100 000.00 EUR
Total value of the contract/lot: 99 650.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
In line with Article 134.1.e) of the rules of application to Regulation (EU, Euratom) 2015/1929 of the European Parliament and of the Council of 28.10.2015 (Financial Regulation), during the 3 years following conclusion of the original contract, the contracting authority will be able to use the negotiated procedure for additional services (without prior publication of a contract notice) 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 these 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 paragraph 4 of Article 134.
Tender documents will be available for download at the address indicated under heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
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:19/12/2016