Services - 619999-2019

30/12/2019    S250

Belgium-Brussels: Contaminants in Fertilisers: Assessment of the Risks from their Presence and of the Socio-Economic Impacts of a Possible Restriction under Reach

2019/S 250-619999

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Environment, Finance Unit ENV.A.5 BU-9 01/005
Postal address: ENV.A.5 BU-9 01/005
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: B-1049
Country: Belgium
E-mail: env-tenders@ec.europa.eu
Internet address(es):
Main address: http://www.ec.europa.eu/environment/funding/calls_en.htm
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Contaminants in Fertilisers: Assessment of the Risks from their Presence and of the Socio-Economic Impacts of a Possible Restriction under Reach

Reference number: ENV/2019/OP/0001
II.1.2)Main CPV code
90700000 Environmental services
II.1.3)Type of contract
Services
II.1.4)Short description:

There are 3 separated but interlinked tasks:

— to assess the presence of contaminants in fertilisers and to produce pre-regulatory management option analysis (pre-RMOA) and a pre-Annex XV dossier,

— to screen the data available in registration dossiers and in literature,

— to assess the challenges of an analysis of alternatives for fertilisers.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 384 525.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

Extra Muros.

II.2.4)Description of the procurement:

Contaminants in fertilisers: assessment of the risks from their presence and of the socio-economic impacts of a possible restriction under Reach.

II.2.5)Award criteria
Quality criterion - Name: Quality of the proposed methodology / Weighting: 60
Quality criterion - Name: Organisation of the work and allocation of resources / Weighting: 20
Quality criterion - Name: Quality control measures / Weighting: 20
Price - Weighting: 50/50
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

07 02 01 (Life Op.) - Contributing to a greener and more resource-efficient economy and to the development and implementation of Union environmental policy and legislation

II.2.14)Additional information

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open 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
Notice number in the OJ S: 2019/S 132-323039
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: 070201/2019/817112/SER/ENV.B2
Title:

Contaminants in Fertilisers: Assessment of the Risks from their Presence and of the Socio-Economic Impacts of a Possible Restriction under Reach

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
19/12/2019
V.2.2)Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: ARCADIS Belgium NV (leader)
Postal address: Koningsstraat 80
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1000
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Arcadia International
Postal address: Clos de l’Epinette 12C
Town: Herseaux
NUTS code: BE BELGIQUE-BELGIË
Postal code: 7712
Country: Belgium
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: 400 000.00 EUR
Total value of the contract/lot: 384 525.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 35 %
Short description of the part of the contract to be subcontracted:

28.5 % + 6 % = 34.5 %

Section VI: Complementary information

VI.3)Additional information:

In line with Article 11.1(e) of the Annex to Regulation (EU, Euratom) 2018/1046 on the financial rules applicable to the general budget of the Union, the contracting authority may use the negotiated procedure without prior publication of a contract notice, regardless of the estimated value of the contract 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 those 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 point 11.4.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in Section I.3). See invitation.

VI.5)Date of dispatch of this notice:
23/12/2019