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:
Service contract to support the EU Sixth National Report to the Convention on Biological Diversity, and follow-up
Reference number: ENV.D.2/SER/2017/0008
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
Technical support to the Commission for tracking progress at the EU level towards the global Aichi Targets and the related EU biodiversity targets to 2020; for the development of the EU's 6th National Report on the global Strategic Plan for Biodiversity 2011-2020, as well as for carrying out stakeholder discussions on its follow-up. The analysis will draw on data, indicators and assessments from a range sources including the European Environment Agency, the Joint Research Centre, DG Research and Innovation and Eurostat, and other sources as appropriate. The contractor will assist the Commission in planning and carrying out, as well as in compiling and analysing the results of, stakeholder consultations on implementation and on the post-2020 global agenda. Data and analysis developed in the context of this contract may also feed into further reporting by the Commission. Appropriate links will be ensured with potentially relevant reporting processes.
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: 299 893.00 EUR
II.2)Description
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. Single contract of 36 months. Total budget 300 000 EUR.
II.2.5)Award criteriaQuality criterion - Name: Quality of the proposed methodology / Weighting: 50
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 30
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
Please note this was previously published in the PIN OJ S 44 - 079856 on 3.3.2017 with the title "Technical support for the final evaluation of the EU Biodiversity Strategy to 2020".
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: 07.0202/2017/767410/SER/ENV.D.2
Title:
Service contract to support the EU Sixth National Report to the Convention on Biological Diversity, and follow-up
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:11/12/2017
V.2.2)Information about tendersNumber of tenders received: 3
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: WCMC (UNEP – World Conservation Monitoring Centre)
Postal address: 219 Huntingdon Road
Town: Cambridge
NUTS code: UK UNITED KINGDOM
Postal code: CB3 0DL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Institute for European Environment Policy (IEEP)
Postal address: 11 Belgrave Road, IEEP Offices, Floor 3
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1V 1RB
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: MRAG Limited
Postal address: 18 Queen Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: W1J 5PN
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Trinomics B.V.
Postal address: Westersingel 32A
Town: Rotterdam
NUTS code: NL NEDERLAND
Postal code: NL - 3014 GS
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: 299 893.00 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 the Financial Regulation Nº 2015/1929 of 30.10.2015, 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.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Precise 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 two 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 two 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:21/12/2017