Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
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 authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Meteorological Services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Copernicus CAMS_61 Development of Regional Air Quality Modelling and Data Assimilation Aspects
Reference number: CAMS_61
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
This ITT, entitled ‘Development of global reactive gases aspects’, is for activities to evaluate and support further development of the modelling and data assimilation aspects of the CAMS Regional Systems, which consist of a geographically distributed ensemble of nine (seven until the end of May 2019) individual operational systems.
II.1.5)Estimated total valueValue excluding VAT: 1 350 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
On contractor's premises.
II.2.4)Description of the procurement:
This ITT, entitled ‘Development of global reactive gases aspects’, is for activities to evaluate and support further development of the modelling and data assimilation aspects of the CAMS Regional Systems, which consist of a geographically distributed ensemble of nine (7 until the end of May 2019) individual operational systems. The successful tenderer shall critically assess the outputs from the different systems and deliver (essentially) data, routines and pieces of numerical code as well as memoranda and reports. The successful tenderer shall also advise the providers of the regional production of CAMS and help define the corresponding development plans. The ITT targets organisations with considerable experience in the field of air quality modelling and data assimilation, who will be able to provide the above mentioned contributions for the continuous upgrade of the regional systems delivering the CAMS regional production.
The Framework Agreement will run from 1.11.2019 to 31.12.2021. The tenderer shall provide a detailed implementation plan of proposed activities for the period until 30.6.2021.
II.2.5)Award criteriaCriteria 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 valueValue excluding VAT: 1 350 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 26
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
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:
II.2.14)Additional information
Tenderers should note that the estimated value specified under Sections II.1.5) and II.2.6) is the maximum estimated budget for the whole framework contract.
See also Section VI.3) for other additional information.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 02/08/2019
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 02/08/2019
Local time: 15:00
Place:
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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 are 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.
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.
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.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: European Centre for Medium-Range Weather Forecasts
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 procedurePrecise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: European Centre for Medium-Range Weather Forecasts
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:18/06/2019