Results of the procurement procedure
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Climate Action
Postal address: CLIMA A.4 – Planning, Financial Resources and HR Business Correspondent BU-24 00/061
Town: Brussels
NUTS code:
BE BELGIQUE-BELGIËPostal code: 1049
Country: Belgium
E-mail:
clima-tenders@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/clima/tenders/index_en.htm 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:
Technical Assessment of Transport Fuel Quality Parameters
Reference number: CLIMA.C.4/ETU/2019/0007
II.1.2)Main CPV code90700000 Environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
The fuel quality directive (‘FQD’, Directive 98/70/EC) aims to ensure a high level of environmental and health protection in relation to fuel used in road transport as well as non-road mobile machinery by reducing pollution from the transport sector and enhancing air quality. It also aims to enhance the functioning of the single market for transport fuels and vehicles by setting minimum standards for the quality of transport fuels and ensuring the technical compatibility of such fuel with internal combustion engines and after-treatments. The study should identify options for improving relevant provisions in the FQD, in particular in view of the linkages to RED II.
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: 260 612.00 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:
Single contract of 12 months.
II.2.5)Award criteriaQuality criterion - Name: Quality of the proposed methodology / Weighting: 60
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 10
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: 340201/2019/815556/ETU/CLIMA.C.4
Title:
Technical Assessment of Transport Fuel Quality Parameters
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:02/12/2019
V.2.2)Information about tendersNumber of tenders received: 2
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Ricardo Nederland
Postal address: Catharijnesingel 33
Town: Utrecht
NUTS code: NL NEDERLAND
Postal code: 3511 GC
Country: Netherlands
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: 340201/2019/815556/ETU/CLIMA.C.4
Postal address: Old Shoreham Road
Town: Shoreham-on-Sea
NUTS code: UK UNITED KINGDOM
Postal code: BN43 5FG
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: 280.00 EUR
Total value of the contract/lot: 260 612.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
In line with Annex I, Article 11.1 (e) and (f) of the Financial Regulation No 2018/1046 of 18.7.2018, 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 Annex I, Article 11.4.
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:04/12/2019