We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 307138-2018

17/07/2018    S135

Denmark-Copenhagen: Copernicus Land monitoring services — High Resolution Land Cover Characteristics for the 2018 reference year

2018/S 135-307138

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Environment Agency
Postal address: Kongens Nytorv 6
Town: Copenhagen
NUTS code: DK011 Byen København
Postal code: 1050
Country: Denmark
Contact person: Karoline Rygaard
E-mail: procurement@eea.europa.eu
Telephone: +45 33367220
Fax: +45 33367199
Internet address(es):
Main address: http://www.eea.europa.eu/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3865
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3865
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Environment

Section II: Object

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

Copernicus Land monitoring services — High Resolution Land Cover Characteristics for the 2018 reference year

Reference number: EEA/IDM/R0/18/009
II.1.2)Main CPV code
72300000 Data services
II.1.3)Type of contract
Services
II.1.4)Short description:

This call for tenders aims at the establishment of service contract(s) with (an) economic operator(s) covering the update and production of 4 existing High Resolution layers (HRLs), with some changes (new or modified change products mainly), for the 2018 reference year, and change products for the 2015-2018 period.

This call for tenders is divided into 4 lots:

— Lot 1: Imperviousness 2018, imperviousness change 2015-2018 and built-up 2018,

— Lot 2: Forest products: Tree cover density and Dominant leaf type and change products, as well as Forest type products,

— Lot 3: Grassland and Grassland change,

— Lot 4: Water and wetness.

II.1.5)Estimated total value
Value excluding VAT: 5 650 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 4
II.2)Description
II.2.1)Title:

Imperviousness 2018, Imperviousness Change 2015-2018 and built-up 2018

Lot No: 1
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

II.2.4)Description of the procurement:

This lot covers the production of 3 main products:

1) The continuation of the existing imperviousness status products for the 2018 reference year, but with an increase in spatial resolution from 20 m to (now) 10 m;

2) A continuation of the existing imperviousness change products for 2015-2018 (at 20m); and

3) A built-up component status layer for 2018 at a spatial resolution of 10 m.

The imperviousness HRL has the longest existing time series for all HRL’s, going back to a 2006, 2009, 2012 and 2015 product, and associated change products. The production method and workflow is relatively stable by now, but two significant changes as compared to the previous products are being introduced:

1) The Imperviousness status layer for 2018 will improve the spatial resolution from 20 m x 20 m pixel size to 10 m x 10 m pixel size, in line with the technological developments and improvements;

2) To provide additional value, a harmonized built-up product, that was developed by the European Commission’s Joint research centre (JRC) as part of the European settlement map (ESM), will be included, which will be based on Sentinel-2 imagery and be available fully harmonized with the imperviousness component, in the same 10 m x 10 m spatial resolution.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 750 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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:

Copernicus - Regulation (EU) No 377/2014 of the European Parliament and of the Council of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Forest products: Tree Cover Density and Dominant Leaf Type and change products, as well as Forest Type products

Lot No: 2
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

II.2.4)Description of the procurement:

This lot covers the second update of the Forest HRL, and follows largely the established production workflow and method to derive a main TCD (Tree cover density) and DLT (Dominant leaf type) product for the 2018 reference year. Derived “Forest” products are also included similar to the previous products. The main changes as compared to the previous Forest HRL’s are:

1) A increase in the spatial resolution to 10 m x 10 m for the status layers, in line with the other HRL’s; and

2) A simplification of the change products, based on lessons learned from the first (2012-2015) forest change products.

To allow for change products for the full available time series, these simplifications are implemented both for 2012-2015 (based on the existing 2012-2015 change products), and for 2015-2018.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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:

Copernicus — Regulation (EU) No 377/2014 of the European Parliament and of theCouncil of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Grassland and Grassland change

Lot No: 3
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

II.2.4)Description of the procurement:

This lot covers the production of an update of the 2015 grassland products, and a first change product for grasslands. The spatial resolution for status layers will increase to 10 m x 10 m in line with the other lots.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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:

Copernicus — Regulation (EU) No 377/2014 of the European Parliament and of theCouncil of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Water & Wetness

Lot No: 4
II.2.2)Additional CPV code(s)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

II.2.4)Description of the procurement:

This lot covers the production of a “rolling-archive” type update of the 2015 water and wetness baseline product. The type of update is different as compared to the other lots, since the WAW product is fundamentally mapping the frequency of occurrence of wet and water conditions over a long time period of 7 years (with 4 seasonal observations per year). In line with the other lots the 2018 reference year update of the water and wetness product moves to a 10 m x 10 m spatial resolution for the WAW product.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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:

Copernicus — Regulation (EU) No 377/2014 of the European Parliament and of theCouncil of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As specified in sections 2.2.1 and 2.2.2.1 of the tender specifications.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/09/2018
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 26/09/2018
Local time: 10:00
Place:

EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, Denmark.

Information about authorised persons and opening procedure:

Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform EEA's procurement services in advance and at the latest by 24.9.2018 by e-mail to procurement@eea.europa.eu

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

During the 3 years following the entry into force of the original contract(s) the EEA reserves the right to exercise the option of conducting a negotiated procedure without prior publication of a contract notice for new services with the future contractor(s) of the lots in accordance with paragraphs (1)(e) and (4) of Article 134 of the Rules of Application of the Financial Regulation.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
05/07/2018