Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)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(es):
General address of the contracting authority: http://www.ecmwf.int/
Electronic access to information: http://procurement.ecmwf.int
Electronic submission of tenders and requests to participate: http://procurement.ecmwf.int
Further information can be obtained from:
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: http://www.ecmwf.int/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
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: http://procurement.ecmwf.int/
Tenders or requests to participate must be sent to:
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: http://procurement.ecmwf.int/
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Meteorological Services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Copernicus_C3S_51 — Evaluation and Quality Control Function for the Climate Data Store.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: On Contractor's premises.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
II.1.5)Short description of the contract or purchase(s)
ECMWF invites tenders for the Evaluation and Quality Control (EQC) function to evaluate and foster the development of climate services.
The EQC function of the Copernicus Climate Change Service assesses the technical and scientific quality of the service including the value to users. The EQC function shall be the natural vehicle that will trigger actions to improve the Service. EQC will ensure that the information from the Climate Data Store (CDS) is fully traceable, adequately documented and that sufficient attention has been given to assessment of uncertainties. EQC will also routinely assess the performance of the Sectoral Information System according to best practices and standard procedures and this is the object of another Tender (C3S_52). The EQC will conduct activities to monitor the technical service performance using standard key performance indicators (e.g. timeliness, data access and availability, etc.) as well as the scientific quality of the delivered products. The EQC function will design routine reporting procedures to inform ECMWF and the Commission about the outcome of its investigations and propose appropriate ways to improve the service. This includes identifications of priorities for updates, upgrades and modifications of the operational production chain. This also includes a proactive engagement with users (via surveys, reports, structured/unstructured interviews and workshops) to ensure that user requirements are appropriately reflected in the design and content of the CDS. This user feedback will be monitored and addressed via the User Requirements Data Base (URDB) and the User Requirements Analysis Document (URAD), which the EQC will contribute to. The EQC will also provide recommendations to the European Commission about needs for additional R and D efforts. These recommendations will inform the H2020 research agenda through specific actions in the ‘climate action, environment, resource efficiency and sustainable supply of raw materials’, therefore providing the appropriate link between research and operations.
The scope of the Tender focuses on the Proof of Concept phase, in particular the establishment of an initial EQC framework, as well as an inventory of the existing available climate information relevant to each component of the CDS, a user requirement and gap analysis and initial recommendations for the service evolution.
This invitation to tender is divided into 4 lots.
II.1.6)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Quality Assurance for ECV Products from Model-based Reanalyses (at Global and Regional Level)1)Short description
Activities in this Lot will address reanalysis data sets spanning multiple decades, produced by model-based data assimilation. C3S requires global and regional reanalyses covering the atmosphere, ocean and land surface.
Reanalysis data already have a large user base within the scientific community and among many sectoral service providers. A recent user survey conducted within the FP7 Core-CLIMAX project shall be included in the user requirements analysis. An analysis of published literature citing major reanalysis data sets shall be undertaken to help identify user requirements.
Description of a reanalysis data set in an inventory must include a description of the input observations, the assimilating model (including boundary conditions) and the data assimilation method. A useful starting point for the inventory of available global reanalysis data sets is Appendix 2 of Blunden,J and D.S.Arndt, Eds. 2015, State of the Climate in 2014, Bull.Amer.Meteor.Soc. 96(7), S1–S267.
Reanalysis data sets include estimates of a large number of geophysical variables informing multiple ECVs. EQC activities for reanalysis data sets must clearly indicate the strengths and limitations of each ECV product that can be derived from reanalysis data. Any scientific assessment of an ECV product based on reanalysis data must address the impact of the observational constraint and how it varies with time and space. Traceability of reanalysed data products to the original observation sources is an essential requirement for assessment of uncertainties. Scientific assessments and gap analysis must include a survey of the large body of existing literature involving use of reanalysis data.
2)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services
3)Quantity or scopeEstimated value excluding VAT:
Range: between 1 710 000 and 1 900 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 27 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Quality Assurance for ECV Products from Observations1)Short description
Activities in this Lot will address ECV products derived directly from observations without use of an assimilating model. Data used can include in situ observations, satellite measurements or both and may cover global and/or regional scales.
The inventory of observational ECV products must include a description of the input observations and processing methods used as well as spatial coverage and resolution of the data, length of record and where relevant, product update frequency and timeliness. A useful starting point for the inventory of available global ECV products from observations is Appendix 2 of Blunden,J and D.S.Arndt, Eds. 2015, State of the Climate in 2014, Bull.Amer.Meteor.Soc. 96(7), S1–S267.
EQC activities in this Lot must expose strengths and limitations of each product based on information content and processing methods. Traceability of ECV products to the original observation sources is an essential requirement for assessment of uncertainties. Scientific assessment and gap analysis for observational ECV products must include a literature survey as a starting point. System maturity aspects must be considered for possible use in operational services provision.
2)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services
3)Quantity or scopeEstimated value excluding VAT:
Range: between 1 980 000 and 2 200 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 27 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Quality Assurance for Multi-model Seasonal Forecast Products1)Short description
Activities in this Lot will address multi-model seasonal forecast products. Multi-model products by design provide uncertainty information from ensembles of forecasts produced by multiple-models.
A C3S multi-model seasonal forecast product capability is currently being developed at ECMWF. It will rely on contributions from multiple providers who maintain their own seasonal forecast systems. This activity (ITT: C3S_433) will be starting by Q4 2015 with providers who will adapt aspects of their production systems to the scientific and operational needs of C3S.
The Tenderer for Lot 3 is expected to work closely with ECMWF as well as the providers identified in (ITT: C3S_433) on the development of an EQC framework.
Identification of user requirements must take account of experience gained in a number of existing European initiatives (EUROSIP: http://old.ecmwf.int/products/forecasts/seasonal/documentation/eurosip/ch1.html) and research projects (ECLISE: http://www.eclise-project.eu/).
Areas of focus in assessment shall include the use of probabilistic measures of skill, verification of information on uncertainties, technical aspects including timeliness of production and fitness for purpose of multi-model products for serving sectoral applications.
The Tenderer shall also provide a full assessment of benefits of downscaling activities to address regional applications at seasonal time scales.
2)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services
3)Quantity or scopeEstimated value excluding VAT:
Range: between 1 530 000 and 1 700 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 27 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Quality Assurance for Multi-model Climate Projections (at Global and Regional Scales)1)Short description
Activities in this Lot will address products based on multi-model climate projections, both global and regional.
Tenders are being issued (ITT: C3S_34a) to develop a C3S capability for delivering multi-model products based on climate projections. For global projections C3S will rely initially on CMIP5 (Coupled Model Intercomparison Project Phase 5) output via the Earth System Grid Federation (ESGF). For higher resolution projections restricted to the European domain C3S will rely primarily on CORDEX (Coordinated Regional Climate Downscaling Experiment) activities under the auspices of WCRP.
Identification of user requirements for multi-model projection products must take account of experience gained in a number of existing European networks and research projects (IS-ENES, SPECS, CORDEX). The Tenderer is expected to work closely with ECMWF as well as the Tenderers selected for ITT: C3S_34a (especially Lot 2) on the development of an EQC framework for these products. In particular, the outcome of this tender shall include a thorough assessment and clear recommendation and rationale for including operational production of initialised projections in the C3S portfolio.
Areas of focus in assessment shall include the use of probabilistic measures of skill, verification of information on uncertainties, technical aspects including timeliness of production and fitness for purpose of multi-model products for serving sectoral applications.
2)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services
3)Quantity or scopeEstimated value excluding VAT:
Range: between 1 530 000 and 1 700 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 27 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please see volume I (instructions and conditions) of the ITT documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see volume V (framework agreement) of the ITT documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: See volume V (framework agreement) and volume II (specification) of the ITT documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Tenders will not be eligible unless they are submitted by persons or entities based or registered in a member state of the EU or in a member state of ECMWF.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Tenderers must complete the online questionnaire in ECMWF's e-Procurement portal.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Tenderers must complete the online questionnaire in ECMWF's e-Procurement portal.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. General. Weighting 5
2. Price. Weighting 15
3. Track record. Weighting 15
4. Quality of resources to be deployed. Weighting 15
5. Technical solution proposed. Weighting 30
6. Management and implementation. Weighting 20
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Copernicus_C3S_51 — Evaluation and Quality Control Function for the Climate Data Store
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate6.10.2015 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Copernicus — The European Earth Observation Programme
See: http://www.copernicus.eu/
VI.3)Additional information
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 e-Procurement Portal 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 e-Procurement Portal as described in volume I of the ITT documents. Hard copy (paper) submissions will not be accepted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: European Centre for Medium Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: http://www.ecmwf.int/
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: European Centre for Medium Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: http://ecmwf.int/
VI.5)Date of dispatch of this notice:11.8.2015