Services - 540380-2018

08/12/2018    S237

Denmark-Copenhagen: Copernicus Local Land Monitoring Services — Production of Very High Resolution Land cover/Land use dataset for coastal zones of the reference years 2012 and 2018

2018/S 237-540380

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=4247
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=4247
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 Local Land Monitoring Services — Production of Very High Resolution Land cover/Land use dataset for coastal zones of the reference years 2012 and 2018

Reference number: EEA/DIS/R0/18/008
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 LCLU maps on coastal zones for the reference years 2012 and 2018. In detail the following data outputs are expected:

1) LCLU status map 2012;

2) LCLU change map 2012-2018;

3) LCLU status map 2018.

As a sufficient coverage by VHR2012 dataset cannot be guaranteed beforehand, the contractor is expected to perform an assessment, to verify the completeness of the area of interest coverage with existing and usable VHR2012 imagery. Depending on the degree of available coverage the EEA will decide if the 2012 related LCLU products (status and change) can be implemented or not. Due to the complexity of interests, directives and natural dynamics in coastal zones, the contractor will interact with national stakeholders over the entire project duration.

II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
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:

EEA plays a key role in the development of the Copernicus services, in particular in the technical coordination of the Copernicus Land Monitoring Service (CLMS). The thematic hotspot mapping of CLMS aims, complementary to a more generic wall–to-wall mapping, to provide specific and detailed LC (land cover) and LU (land use) information by addressing specific types of hotspots. CLMS is in close cooperation with Copernicus Marine Environment Monitoring Service (CMEMS) to set up a monitoring system that addresses the complex situation in coastal environments. The main scope of this tender is to implement the LCLU mapping of coastal areas with the typical specifications of a thematic hotspot mapping product for the reference years 2012 and 2018 and a Corine Land Cover (CLC) coherent tailored nomenclature.

This call for tenders aims at the establishment of a framework service contract with an economic operator covering the production of LCLU maps on coastal zones for the reference years 2012 and 2018. In detail the following data outputs are expected:

1) LCLU status map 2012;

2) LCLU change map 2012-2018;

3) LCLU status map 2018.

As a sufficient coverage by VHR2012 dataset cannot be guaranteed beforehand, the contractor is expected to perform an assessment, to verify the completeness of the area of interest coverage with existing and usable VHR2012 imagery. Depending on the degree of available coverage the EEA will decide if the 2012 related LCLU products (status and change) can be implemented or not.

Due to the complexity of interests, directives and natural dynamics in coastal zones, it is essential to stay in close contact with national stakeholders over the entire project duration. The contractor is expected to set up a platform for consultation and interaction with stakeholders and national authorities, with the aim of increasing user involvement and uptake of planned and future Coastal Zones monitoring products and activities.

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: 3 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/03/2019
End: 31/12/2020
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

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 section 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
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: 25/01/2019
Local time: 10:00
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: 25/01/2019
Local time: 14:00
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 14.1.2019 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 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 in accordance with point (e) of the second subparagraph of point 11.1 and point 11.4 of Annex I to 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:
26/11/2018