Results of the procurement procedure
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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 the Feasibility, Minimum Standards and Transparency Requirements of an EU ESG Benchmark Label
Reference number: FISMA/2021/OP/0003
II.1.2)Main CPV code79314000 Feasibility study
II.1.3)Type of contractServices
II.1.4)Short description:
Regulation (EU) 2016/1011 requires the Commission to present to the European Parliament and the Council, before 31 December 2022 a report on the impact of this Regulation and on the feasibility of an ‘ESG benchmark’ that shall be accompanied, where appropriate by a legislative proposal. In the consultation on the renewed sustainable finance strategy, a question was asked to market participants on whether the EU should take action to create such label with the majority responding that the EU should take action to create an ‘ESG benchmark’. Many market participants would welcome the creation of such new EU label in order to integrate social and governance considerations, on top of climate, which is the main focus of the EU Climate Benchmarks, which have been recently introduced.
The general objective of this study is to obtain a comprehensive analysis regarding the feasibility of the creation of an EU ESG Benchmark label, including the minimum standards and transparency requirements.
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)79314000 Feasibility study
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
The Pavilion (SPA2), Rue de Spa 2, 1000 Brussels, BELGIUM.
II.2.4)Description of the procurement:
Study on the feasibility, minimum standards and transparency requirements of an EU ESG Benchmark label.
II.2.5)Award criteriaQuality criterion - Name: Relevance and breadth of the geographical and market coverage / Weighting: 10
Quality criterion - Name: Quality and relevance of the proposed methodology / Weighting: 65
Quality criterion - Name: Organisation of the work / Weighting: 15
Quality criterion - Name: Quality control measures / Weighting: 10
Price - Weighting: 25
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: yes
Identification of the project:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.14)Additional information
Please consult the procurement documents available at the address indicated in Section I.3).
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: FISMA/2021/OP/0003
Title:
Study on the Feasibility, Minimum Standards and Transparency Requirements of an EU ESG Benchmark Label
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:10/12/2021
V.2.2)Information about tendersNumber of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: PwC EU Services EESV
National registration number: BE 0872.793.825
Postal address: Woluwe Garden, Woluwedal 18
Town: Sint-Stevens-Woluwe
NUTS code:
BE Belgique / BelgiëPostal code: 1932
Country: Belgium
E-mail:
eu.services@pwc.comThe 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: 300 000.00 EUR
Total value of the contract/lot: 294 800.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 11 %
Short description of the part of the contract to be subcontracted:
Legal expert in sustainable finance and on benchmarks regulations
Section VI: Complementary information
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five calendar days before the time limit for receipt indicated in Section IV.2.2), the Contracting Authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:13/12/2021