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:
Study on methods and considerations for the determination of greenhouse gas emissions reduction objectives for international shipping.
Reference number: CLIMA.B.3/ETU/2017/0012.
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
The aim is to contribute to the IMO discussions on target setting as part of an IMO GHG reduction strategy for ships to be initially agreed in spring 2018 and amended by 2023. For a reduction target in line with the goals of the Paris Agreement a sound methodology is required taking into account issues like the reduction potential, possible cost implications, projections of global trade growth and demand for shipping. After analysing relevant existing studies and policies on reduction targets the study should describe and classify reduction options for shipping and how these fit in with the goals from the Paris Agreement. The study should formulate recommendations on targets for international shipping, produce a roadmap for technological developments needed to decarbonise shipping and provide a list and recommendations of possible policy measures to implement the objective. It should also help involve stakeholders in the debate and help disseminate the results among stakeholders.
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: 300 000.00 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:
Single contract of 12 months (maximum budget 300 000 EUR).
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: 40
Quality criterion - Name: Quality control measures / Weighting: 20
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
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: 340201/2017/764301/ETU/2017/0012
Title:
Study on methods and considerations for the determination of greenhouse gas emissions reduction objectives for international shipping
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:13/11/2017
V.2.2)Information about tendersNumber of tenders received: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: CE Delft
Postal address: Oude Delft 180
Town: Delft
NUTS code: NL NEDERLAND
Postal code: 2611
Country: Netherlands
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 300 000.00 EUR
Total value of the contract/lot: 300 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 55 %
Short description of the part of the contract to be subcontracted:
Section VI: Complementary information
VI.3)Additional information:
In line with Article 134.1.e) of the rules of application to the 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.4.1)Review bodyOfficial name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303100
Internet address:
http://curia.europa.eu 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:30/11/2017