Services - 550695-2018

14/12/2018    S241

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

2018/S 241-550695

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
E-mail: procurement@lists.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:

Copernicus CAMS_63 Development of Post-Processing Methods and Tools for the CAMS Regional air Quality Ensemble

Reference number: CAMS_63
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:

Development of post-processing methods and tools for the CAMS regional air quality ensemble.

II.1.5)Estimated total value
Value excluding VAT: 490 000.00 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: 00 Not specified
Main site or place of performance:

On Contractor's premises.

II.2.4)Description of the procurement:

This ITT is about activities to develop post-processing methods and tools for the CAMS Regional Products, which are based upon a distributed ensemble of seven individual operational regional air quality systems (the number of systems will be extended to 9 in the course of 2019). The successful Tenderer will be expected to deliver (essentially) computer scripts, routines and pieces of numerical code as well as reports. The ITT targets Tenderers with relevant experience, who will be able to provide the abovementioned contributions for supporting the continuous upgrade of the post-processing of CAMS regional outputs. The ITT does not include daily operational production but may include routine experimental processing (without guaranteed level of service). The bids shall not involve actually running regional air quality system(s).

The successful tenderer shall provide some studies and developments, which build on top of the raw outputs from the operational ensemble of CAMS Regional Systems. The focus of these developments shall be:

— to assess the relationship between the spread between ensemble members and the skill of the analyses or forecasts according to a range of metrics, in view of being able to provide calibrated uncertainty estimates,

— to develop post-processing methods using latest or past forecasts, past analyses and/or past observations to propose ensemble products that outperform significantly the median, while being compatible with operational time-critical implementation,

— to develop and test Model Output Statistics methods that could be used for providing forecasts on sites where timeseries of observations are available even if the raw model outputs are biased,

— to develop innovative ways of conveying uncertainty information associated with the Regional Products in graphical form (maps, charts…) for presentation on the web and targeting non-expert audiences.

The Framework Agreement will run for a duration of 2 years. The Tenderer shall provide a detailed implementation plan of proposed activities for the period. However, note that by Q4 2019 the level and duration of activities for 2021 will be communicated by ECMWF to the successful Tenderer based on the Copernicus programme review by the European Commission.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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 - The European Earth Observation Programme (http://www.copernicus.eu/)

II.2.14)Additional information

See Section VI.3.

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: 2016/S 041-067425
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/02/2019
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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 06/02/2019
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:

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 body
Official 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 procedure
Precise information on deadline(s) for review procedures:

See instructions on ECMWF's Supplier 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
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:
12/12/2018