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.

Services - 226751-2021

Submission deadline has been amended by:  278177-2021
05/05/2021    S87

United Kingdom-Reading: Research and development services and related consultancy services

2021/S 087-226751

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
NUTS code: UKJ11 Berkshire
Postal code: RG2 9AX
Country: United Kingdom
Contact person: Procurement at ECMWF
E-mail: procurement@ecmwf.int
Internet address(es):
Main address: https://www.ecmwf.int/
Address of the buyer profile: http://procurement.ecmwf.int
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://procurement.ecmwf.int
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://procurement.ecmwf.int
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://procurement.ecmwf.int
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Meteorological services

Section II: Object

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

C3S2_312a Essential Climate Variable Products Derived from Satellite Observations

Reference number: C3S2_312a
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

ECMWF, as the entrusted entity for implementing the Copernicus Climate Change Service (C3S), invites tenders for the delivery of Essential Climate Variable (ECV) products derived from satellite observations. The purpose of this Invitation to Tender (ITT) is, primarily, to ensure continuity of high-quality ECV products that are derived primarily from satellite observations and accessible from the Climate Data Store (CDS). ECMWF is looking to secure the highest possible quality for all products, guided by GCOS requirements and best practices, hence bidders will need to maintain consistency with datasets currently available via the CDS, and/or initiate new activities that ensure equivalent (or better) products from ongoing observations.

II.1.5)Estimated total value
Value excluding VAT: 9 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Atmospheric Physics

Lot No: 1
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:

On contractor's premises.

II.2.4)Description of the procurement:

ECMWF intends to award a single service contract under a framework agreement (for a maximum duration of 30 months) for this thematic area, with a target starting date in November 2021. Before the end of the service contract, ECMWF together with other entrusted entities responsible for the delivery of the ‘Copernicus Programme’ will assess the status of the ECV-related services and establish the procurement strategy in relation to particular ECVs. The contractor for this lot group shall, in accordance with the requirements described in the ITT, maintain consistency with datasets currently available via the CDS and ensure timely access to data products associated with the following ECVs:

• precipitation (GCOS-SR Section 4.3.5);

• surface radiation budget (GCOS-SR Section 4.3.6);

• water vapour (GCOS-SR Section 4.5.3);

• cloud properties (GCOS-SR Section 4.5.4);

• earth radiation budget (GCOS-SR Section 4.5.5).

Table 23 of GCOS-IP 2016 provides guidance on viable data products and requirements related to resolution, accuracy and stability.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Legal and financial / Weighting: 5
Quality criterion - Name: Track record / Weighting: 15
Quality criterion - Name: Quality of resources to be deployed / Weighting: 15
Quality criterion - Name: Technical solution proposed / Weighting: 30
Quality criterion - Name: Management and implementation / Weighting: 20
Price - Weighting: 15
II.2.6)Estimated value
Value excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: yes
Description of renewals:

See ITT documentation.

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 — The European Earth Observation Programme (http://www.copernicus.eu/).

II.2.14)Additional information

Please note the important additional information in Section VI.3) regarding funding and eligibility.

II.2)Description
II.2.1)Title:

Atmospheric Composition

Lot No: 2
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:

On contractor's premises.

II.2.4)Description of the procurement:

ECMWF intends to award a single service contract under a framework agreement (for a maximum duration of 30 months) for this thematic area, with a target starting date in November 2021. Before the end of the service contract, ECMWF together with other entrusted entities responsible for the delivery of the ‘Copernicus Programme’ will assess the status of the ECV-related services and establish the procurement strategy in relation to particular ECVs. The contractor for this Lot group shall, in accordance with the requirements described in the ITT, maintain consistency with datasets currently available via the CDS and ensure timely access to data products associated with the following ECVs:

• carbon dioxide (GCOS-SR Section 4.7.1);

• methane (GCOS-SR Section 4.7.2);

• ozone (GCOS-SR Section 4.7.4);

• aerosol (GCOS-SR Section 4.7.5).

Table 23 of GCOS-IP 2016 provides guidance on viable data products and requirements related to resolution, accuracy and stability.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Legal and financial / Weighting: 5
Quality criterion - Name: Track record / Weighting: 15
Quality criterion - Name: Quality of resources to be deployed / Weighting: 15
Quality criterion - Name: Technical solution proposed / Weighting: 30
Quality criterion - Name: Management and implementation / Weighting: 20
Price - Weighting: 15
II.2.6)Estimated value
Value excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: yes
Description of renewals:

See ITT documentation.

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 — The European Earth Observation Programme (http://www.copernicus.eu/).

II.2.14)Additional information

Please note the important additional information in Section VI.3) regarding funding and eligibility.

II.2)Description
II.2.1)Title:

Ocean

Lot No: 3
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:

On contractor's premises.

II.2.4)Description of the procurement:

ECMWF intends to award a single service contract under a framework agreement (for a maximum duration of 15 months) for this thematic area, with a target starting date in November 2021. Before the end of the service contract, ECMWF together with other entrusted entities responsible for the delivery of the ‘Copernicus Programme’ will assess the status of the ECV-related services and establish the procurement strategy in relation to particular ECVs. The contractor for this lot group shall, in accordance with the requirements described in the ITT, maintain consistency with datasets currently available via the CDS and ensure timely access to data products associated with the following ECVs:

• sea surface temperature (GCOS-SR Section 5.3.1);

• sea level (GCOS-SR Section 5.3.3);

• sea ice (GCOS-SR Section 5.3.5);

• ocean colour (GCOS-SR Section 5.3.7).

Table 24 of GCOS-IP 2016 provides guidance on viable data products and requirements related to resolution, accuracy and stability.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Legal and financial / Weighting: 5
Quality criterion - Name: Track record / Weighting: 15
Quality criterion - Name: Quality of resources to be deployed / Weighting: 15
Quality criterion - Name: Technical solution proposed / Weighting: 30
Quality criterion - Name: Management and implementation / Weighting: 20
Price - Weighting: 15
II.2.6)Estimated value
Value excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: yes
Description of renewals:

See ITT documentation.

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 — The European Earth Observation Programme (http://www.copernicus.eu/).

II.2.14)Additional information

Please note the important additional information in Section VI.3) regarding funding and eligibility.

II.2)Description
II.2.1)Title:

Land Hydrology and Cryosphere

Lot No: 4
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:

On contractor's premises.

II.2.4)Description of the procurement:

ECMWF intends to award a single service contract under a framework agreement (for a maximum duration of 30 months) for this thematic area, with a target starting date in November 2021. Before the end of the Service Contract, ECMWF together with other entrusted entities responsible for the delivery of the ‘Copernicus Programme’ will assess the status of the ECV-related services and establish the procurement strategy in relation to particular ECVs. The contractor for this Lot group shall, in accordance with the requirements described in the ITT, maintain consistency with datasets currently available via the CDS and ensure timely access to data products associated with the following ECVs:

• lakes (GCOS-SR Section 6.3.4);

• glaciers (GCOS-SR Section 6.3.6);

• ice sheets and ice shelves (GCOS-SR Section 6.3.7);

• soil moisture (GCOS-SR Section 6.3.16).

Table 25 of GCOS-IP 2016 provides guidance on viable data products and requirements related to resolution, accuracy and stability.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Legal and financial / Weighting: 5
Quality criterion - Name: Track record / Weighting: 15
Quality criterion - Name: Quality of resources to be deployed / Weighting: 15
Quality criterion - Name: Technical solution proposed / Weighting: 30
Quality criterion - Name: Management and implementation / Weighting: 20
Price - Weighting: 15
II.2.6)Estimated value
Value excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: yes
Description of renewals:

See ITT documentation.

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 — The European Earth Observation Programme (http://www.copernicus.eu/).

II.2.14)Additional information

Please note the important additional information in Section VI.3) regarding funding and eligibility.

II.2)Description
II.2.1)Title:

Land Biosphere

Lot No: 5
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: UK United Kingdom
Main site or place of performance:

On contractor's premises.

II.2.4)Description of the procurement:

ECMWF intends to award a single service contract under a framework agreement (for a maximum duration of 30 months) for this thematic area, with a target starting date in November 2021. Before the end of the service contract, ECMWF together with other entrusted entities responsible for the delivery of the ‘Copernicus Programme’ will assess the status of the ECV-related services and establish the procurement strategy in relation to particular ECVs. The contractor for this Lot group shall, in accordance with the requirements described in the ITT, maintain consistency with datasets currently available via the CDS and ensure timely access to data products associated with the following ECVs:

• Albedo (GCOS-SR Section 6.3.9);

• Land Cover (GCOS-SR Section 6.3.10);

• Fraction of Absorbed Photosynthetically Active Radiation (GCOS-SR Section 6.3.11);

• Leaf Area Index (GCOS-SR Section 6.3.12);

• Fire (GCOS-SR Section 6.3.15).

Table 25 of GCOS-IP 2016 provides guidance on viable data products and requirements related to resolution, accuracy and stability.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Legal and financial / Weighting: 5
Quality criterion - Name: Track record / Weighting: 15
Quality criterion - Name: Quality of resources to be deployed / Weighting: 15
Quality criterion - Name: Technical solution proposed / Weighting: 30
Quality criterion - Name: Management and implementation / Weighting: 20
Price - Weighting: 15
II.2.6)Estimated value
Value excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: yes
Description of renewals:

See ITT documentation.

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 — The European Earth Observation Programme (http://www.copernicus.eu/).

II.2.14)Additional information

Please note the important additional information in Section VI.3) regarding funding and eligibility.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 011-023784
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/06/2021
Local time: 15:00
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/06/2021
Local time: 15:00
Place:

Reading, UK

Information about authorised persons and opening procedure:

Not applicable.

Section VI: Complementary information

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

Procedure to be applied:

The procurement for the contract will be conducted in accordance with ECMWF's procedures as set out in ECMWF's Invitation to Tender documents, which will be available on ECMWF's eProcurement Portal (http://procurement.ecmwf.int/) and no other procedures will apply. In submitting this notice ECMWF does not waive the privileges and immunities granted to it by virtue of its status as an intergovernmental organisation or submit itself to any jurisdiction. Tenders must be submitted using ECMWF's eProcurement Portal. Hard copy (paper) submissions will not be accepted.

ECMWF will only enter into a contract with a single legal person/entity. Due to the need to include performance and compliance obligations in the contract, ECMWF will contract only with a single legal person or entity which is competent to undertake and commit to these obligations. ECMWF recognises that some bids will involve a number of organisations which may wish to work together to deliver the contract requirements. In such cases, these organisations must identify a lead contractor who will sign the contract with ECMWF and who will be responsible for putting in place legal arrangements to ensure that it can guarantee that all other organisations will also meet the contract obligations. ECMWF will not enter into multiple contracts with individual members of consortia or groups of service providers.

Availability of funds:

The basis for ECMWF’s ability to implement the Copernicus Atmosphere Monitoring and Climate Change Monitoring Services on behalf of the European Commission is the conclusion of a ‘Contribution Agreement’ between the European Union and ECMWF. The negotiations are currently ongoing. They can only be concluded once the EU Space Regulation has been enacted by the European Union. Suppliers should note that the award of a contract as a result of this procurement procedure will therefore be conditional on the availability of funds following the signature and subsequent formal approval of the ‘Contribution Agreement’ by the ECMWF Council. This approval is currently expected for Q1 or Q2 2021.

General eligibility:

Presently, ECMWF will consider all tenders submitted by persons or entities based or registered in a Member State of the EU or in a Member State of ECMWF. However, it is presently uncertain which of ECMWF’s Member States, that are not also EU Member States, will eventually be eligible under the EU Space Regulation. This may affect the ability of persons based or registered in such States to participate further in tenders, be it as prime or sub-contractor. ECMWF is therefore required to reserve the right to exclude ineligible persons or entities from tenders at any point in time. All tenderers must meet all eligibility criteria throughout the whole duration of the procurement exercise as well as their prospective contracts.

Eligibility of UK entities:

The United Kingdom and the European Union agreed — in principle — that the United Kingdom may continue participating in, among others, the Copernicus component of the EU Space Programme as a third country for the period of 2021-2027. However, detailed conditions for such a participation will require further negotiations between the United Kingdom and the European Union. These negotiations are currently expected to commence after the participation of the United Kingdom in Copernicus has been established in accordance with EU Space Regulation. According to the Government of the United Kingdom, this is currently expected to happen in Q1 of 2021. Please note, however, that the United Kingdom has reserved the right to reconsider participation following the finalisation of the EU Space Regulation. Further information may be found in the following link of the UK Government, for the accuracy of which ECMWF will not assume any liability: https://www.gov.uk/guidance/uk-involvement-in-the-eu-space-programme

VI.4)Procedures for review
VI.4.1)Review body
Official name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: https://www.ecmwf.int/en/about/suppliers
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See instructions on ECMWF's Suppliers web page: https://www.ecmwf.int/en/about/suppliers

VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: https://www.ecmwf.int/en/about/suppliers
VI.5)Date of dispatch of this notice:
30/04/2021