Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for the Environment, SRD.2 — Finance
Postal address: BU 9, 01/005
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Markets Team
E-mail: env-tenders@ec.europa.eu
Telephone: +32 22960008
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/environment/funding/calls_en.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=481
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityEnvironment
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Development of tools and services for the water information system for Europe (WISE) and the structured information and implementation framework (SIIF).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: 'Extra muros'.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Due to the integrated approach on water management in the EU, and in order to implement the EU water legislation and, in particular, the Water Framework Directive (WFD) and to achieve the most effective use of the data provided by the Member States' reports, the Commission (DG Environment, the Joint Research Centre and Eurostat), together with the European Environment Agency and the Member States, is developing a water information system for Europe (WISE). The WISE has become a comprehensive and shared European data and information management system for water and is the main reporting tool for water-related legislation. Further development of the WISE system is planned to integrate additional information and to streamline reporting by ensuring information exchange and interoperability at different hierarchical data information levels under all EU water policies and other EU-wide reporting obligations on water.
The Commission therefore intends to award a contract for the development of tools and services for WISE in the following areas:
1) reporting under EU water policy instruments: focusing on the Water Framework Directive (2000/60/EC) and the Floods Directive (2007/60/EC) but also including other Directives that are already (to different degrees) integrated in WISE;
2) WISE as a shared and distributed system: information exchange and synchronisation of data bases in line with the Inspire Directive, development of the SIIF concept in WISE;
3) exploitation and communication of information and its analysis.
II.1.6)Common procurement vocabulary (CPV)90700000 Environmental services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Contract renewable 2 times (total 36 months). Maximum 250 000 EUR per year renewable twice (total maximum budget therefore 750 000 EUR).
Please note that this was published in the prior information notice 2014/S 34-054570 of 18.2.2014 entitled 'Service contract for the development of tools and services for the water information system for Europe (WISE) and building of a shared information and implementation framework for water and marine policies' for an amount of 750 000 EUR (250 000 EUR x 3).
Estimated value excluding VAT:
Range: between 230 000 and 250 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completionDuration in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to tender documents. See Article 1.4 of the model contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to tender documents. See points 1.3 and 1.4 of the tender specifications.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Please refer to the tender documents. See points 1.1 and 1.6 of the tender specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Please refer to the tender documents. See point 2.3.1 of the tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please refer to the tender documents — see point 2.3.2 of the tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ENV.C.1/SER/2014/0007.
IV.3.2)Previous publication(s) concerning the same contractPrior information notice
Notice number in the OJEU: 2014/S 34-054570 of 18.2.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate5.6.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 18.6.2014 - 15:00
Place:
avenue de Beaulieu 5, 1160 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative per tenderer (with proof of identity) may attend the opening of tenders (no expenses paid). Please inform env-tenders@ec.europa.eu of the name of the attendee in advance of the opening.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
In line with Article 134.1(f) of the rules of application to the Financial Regulation No 966/2012 of 25.10.2012, during the 3 years following conclusion of the original contract, the contracting authority will be able to use the exceptional negotiated procedure for additional services (without prior publication of a contract notice) consisting in the repetition of similar services (up to a maximum of 50 % of the original contract value) entrusted to the economic operator awarded the initial contract by the same contracting authority.
Tender specifications and related documents for this call can be downloaded from the e-tendering link given in Section I.1:
These tender specifications may be complemented by an addendum/corrigendum or 'Questions & answers'. In such a case, this information will be published at the latest 5 working days before the deadline for tender submission. You are therefore invited to consult the site regularly. The documents will be visible and downloadable but if you ‘register' to the call by simply adding your e-mail address and a password, you will be automatically informed of all changes that may be published (additional documents, answers to questions raised, etc.).
The Commission will not be liable should the tenderers not take notice of this additional information before submitting their bids.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:8.4.2014