Services - 341327-2019

22/07/2019    S139

Denmark-Copenhagen: Framework Service Contract for the Copernicus Land Monitoring Services – CLC+ Backbone Production, Including Raster and Vector Products Based on Satellite Input Data from 2017/2018/2019

2019/S 139-341327

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Environment Agency
Postal address: Kongens Nytorv 6
Town: Copenhagen K
NUTS code: DK011 Byen København
Postal code: 1050
Country: Denmark
Contact person: Karoline Rygaard
E-mail: procurement@eea.europa.eu
Internet address(es):
Main address: https://www.eea.europa.eu
Address of the buyer profile: https://www.eea.europa.eu/about-us/tenders
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=5196
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=5196
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:

Framework Service Contract for the Copernicus Land Monitoring Services – CLC+ Backbone Production, Including Raster and Vector Products Based on Satellite Input Data from 2017/2018/2019

Reference number: EEA/DIS/R0/19/012
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 a framework service contract with an economic operator covering the production of the so called ‘CLC+ Backbone’, containing a suite of raster and vector products, based primarily on copernicus sentinel satellite imagery from 2017, 2018 and 2019. CLC+ backbone is meant to be the first component in the deployment of the CLC+ suite of products and services, consisting of:

— CLC+ backbone,

— CLC+ core,

— CLC+ instances,

— CLC+ legacy.

These components will be deployed stepwise according to a concept elaborated by the Eionet EAGLE group of experts and consolidated in an in-depth stakeholder consultation process. The components following CLC+ Backbone will be implemented through a succession of open calls for tenders.

II.1.5)Estimated total value
Value excluding VAT: 10 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: DK01 Hovedstaden
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, depending on the requirements of each specific contract.

II.2.4)Description of the procurement:

For a more detailed description of the services and the mandatory requirements, as well as more technical detail on the products, methods and workflows, tenderers are invited to consult Annex 7 (Technical specifications for implementation of a new land-monitoring concept based on EAGLE: Design concept and CLC+ backbone, technical specifications, CLC+ core and CLC+ instances draft specifications, including requirements review).

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: 10 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The successful tenderer will be offered a framework service contract for an initial duration of 24 (twenty four) months, starting from the date of signature by both contracting parties, with the possibility of maximum 2 renewals for a period of 12 months each.

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 of 24.4.2014, p. 44).

II.2.14)Additional information

The estimated budget for the CLC+ backbone production (Section 1.3 of the Tender Specifications) ranges between 7 500 000 EUR to 9 000 000 EUR. In addition consultancy services (Section 1.4.8 of the Tender Specifications) are estimated at the value of 1 000 000 EUR. The total value of the contract ranges therefore from 8 500 000 EUR to 10 000 000 EUR.

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:

Please see Sections 2.1, 2.2.1 and 2.2.2 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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 23/09/2019
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 24/09/2019
Local time: 10:00
Place:

EEA premises located 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 the EEA's procurement services in advance and at the latest by 20.9.2019 (16:00), CET by e-mail at procurement@eea.europa.eu

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
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: https://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: https://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: https://curia.europa.eu
VI.5)Date of dispatch of this notice:
15/07/2019