Services - 22846-2020

Submission deadline has been amended by:  40635-2020
17/01/2020    S12

Denmark-Copenhagen: Services Supporting the European Environment Agency's Cross-Cutting Coordination of the Copernicus Programme's In Situ Activities — Observational Data

2020/S 012-022846

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Environment Agency
Postal address: Kongens Nytorv 6
Town: Copenhagen K
NUTS code: DK011 Byen København
Postal code: 1050 K
Country: Denmark
Contact person: Olivier Cornu
E-mail: procurement@eea.europa.eu
Internet address(es):
Main address: https://www.eea.europa.eu
Address of the buyer profile: https://www.eea.europa.eu/about-us/tenders
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=5845
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=5845
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:

Services Supporting the European Environment Agency's Cross-Cutting Coordination of the Copernicus Programme's In Situ Activities — Observational Data

Reference number: EEA/DIS/R0/20/001
II.1.2)Main CPV code
72300000 Data services
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of this call for tenders is to assist the EEA's cross-cutting coordination of Copernicus programme's in situ data activities. The EEA is requesting the services of 1 contractor focusing on observational data within the domains of meteorology, oceanography, atmospheric chemistry and air quality and climate. The services to be delivered by the contractor encompasses primarily thematic and technical support and information gathering, recording and analysis in relation to the specific thematic domains. the contractor will work across the Copernicus programme and will specifically need to cover and consult the Copernicus services and Entrusted Entities. For further detailed information, refer to Sections I.2) and I.3) of the tender specifications.

II.1.5)Estimated total value
Value excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72310000 Data-processing services
73220000 Development consultancy 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, depending on the requirements of each specific contract.

II.2.4)Description of the procurement:

The Copernicus in situ data activities are carried out using a-2 tier model: the first tier is composed of the entities, which are responsible for the day to day operational work, data management and ingestion of observational data in accordance with their specific requirements. A second tier focuses on making in situ data accessible through appropriate arrangements at programme level, facilitate coordination, data sharing, knowledge and information exchange and exploiting synergies wherever possible. Cross-cutting coordination of Copernicus in situ data activities, which forms part of the second tier, has been delegated to the EEA and includes the following main tasks:

— establish and maintain an overview of the state of play of in situ data for Copernicus services,

— operational provision of in situ data including access to reference data for Copernicus services,

— managing partnerships with data providers to improve access and use conditions of in situ data for Copernicus services,

— support to the European Commission and Copernicus services on in situ data issues.

Essentially, it is in order to accomplish these 4 tasks that the EEA requests expert thematic and technical support.

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: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The framework service contract will be awarded for an initial period of 24 months, starting from 1.6.2020. The contract may be renewed maximum 2 times for period of 12 months each.

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

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 of Annex I to the Financial Regulation.

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 under sections 2.1 and 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: 14/02/2020
Local time: 14:00
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: 17/02/2020
Local time: 10:00
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 the EEA's procurement services in advance and at the latest by 14.2.2020 (12.00 CET) by email at procurement@eea.europa.eu

Section VI: Complementary information

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

Tenderers can download the tender documents and consult any additional information from the eTendering website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5845

This website will be updated regularly and it is the tenderer's responsibility to check for updates and modifications during the tendering period.

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: https://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: https://www.ombudsman.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the notification to the plaintiff (date of receipt), or, in the absence thereof, the day when the person concerned had knowledge of the relevant information, an appeal may be lodged with the Court of Justice of the European Union.

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 5-4303-2100
Internet address: https://curia.europa.eu
VI.5)Date of dispatch of this notice:
06/01/2020