Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityEnvironment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
IT Consultancy Services in the Areas of Application Development to Support Thematic Data Products to the European Environment Agency and the European Commission (DG ENV)
Reference number: EEA/DIS/20/021
II.1.2)Main CPV code72300000 Data services
II.1.3)Type of contractServices
II.1.4)Short description:
The EEA, as leading contracting authority for the purpose of this inter-institutional call for tenders, seeks to establish a framework service contract with an experienced service provider who will assist it and the European Commission, Directorate-General for Environment (DG ENV) as participating contracting authority, by providing IT consultancy services in the areas of application development to support thematic data products.
II.1.5)Estimated total valueValue excluding VAT: 7 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: DK011 Byen København
Main site or place of performance:
The services will be performed mainly at the contractor’s own premises with occasional meetings at the EEA premises (1-3 per year depending on the requirements of the specific project).
II.2.4)Description of the procurement:
The EEA is responsible for developing, implementing and operating approximately one hundred spatial and tabular data flows in which Member States report data to the EEA. When data have been successfully delivered to the EEA, the data are processed in various steps and eventually disseminated for further use. Services required by DG ENV will be performed in close cooperation with EEA. EEA and DG ENV co-own the referred systems, though EEA is responsible for infrastructure and day-to-day operation. The dataflows and services implemented in EEA are highly automated, though continuous maintenance and support are required to ensure a smooth operation. Several software packages are used on premises. EEA operates around 100 dataflows on which member states are required to report environmental data and information. Dataflows are closely operated in cooperation with the EEA thematic experts and covers air, water, emission, climate, biodiversity etc. This inter-institutional call for tenders covers consultancy services to develop products which support the delivery of dataflows using webforms, or in the development of products and applications based on those dataflows. Expert support is needed to develop robust and automated IT solutions which can deliver maintainable products in a consistent manner on the EEA infrastructure.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 7 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The successful tenderer will be awarded a framework service contract for an initial period of 24 (twenty-four) months starting from the date of signature, with the possibility of maximum two renewals for a period of 12 (twelve) months each.
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: no
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 registersList and brief description of conditions:
As specified in sections 2.1.1 and 2.2.1 of the tender specifications.
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
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.2.2)Time limit for receipt of tenders or requests to participateDate: 11/03/2021
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, Icelandic, Italian, Lithuanian, Latvian, Maltese, Dutch, Norwegian, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish, Turkish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 12/03/2021
Local time: 10:00
Place:
At the EEA premises Kongens Nytorv 6, 1050 Copenhagen K, DENMARK. The EEA reserves the right to organise a remote opening session due to Covid-19 restrictions.
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 Tuesday 9 March 2021 by e-mail to procurement@eea.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
Tenderers can download the procurement documents and any additional information from the e-tendering website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7803
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.4.2)Body responsible for mediation procedures VI.4.3)Review procedurePrecise 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 VI.5)Date of dispatch of this notice:01/02/2021