Results of the procurement procedure
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
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:
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 code72300000 Data services
II.1.3)Type of contractServices
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 one 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.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 2 000 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)72310000 Data-processing services
73220000 Development consultancy services
II.2.3)Place of performanceNUTS 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 two 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 four tasks that the EEA requests expert thematic and technical support.
II.2.5)Award criteriaQuality criterion - Name: The completeness and quality of tenderer’s understanding of state of play: the tenderer’s understanding of the main challenges faced by the Entities as regards accessibility and availability of essential in situ data / Weighting: 20
Quality criterion - Name: The completeness, quality and relevance of the three activities selected by the tenderer: the tenderer’s presentation of three activities that has the potential of improving in situ data availability and accessibility for the entities / Weighting: 30
Quality criterion - Name: The relevance of the tenderer’s approach towards coordination and cooperation with European and global data providers: the tenderer’s approach towards coordination and cooperation with (European and global) data provider networks and regional and national data providers specifically relevant for the entities / Weighting: 10
Quality criterion - Name: Project management: project management, including organisation and team composition and description of the approach towards quality control and risk management / Weighting: 10
Price - Weighting: 30
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: yes
Identification of the project:
Copernicus — Regulation (EU) No 377/2014 of the European Parliament and of the Council of 3 April 2014 (OJ L 122, 24 April 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 contractor in accordance with point (e) of the second subparagraph of point II.1 of Annex I to the Financial Regulation.
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
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 IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: EEA/DIS/R0/20/001
Title:
Services Supporting the European Environment Agency's Cross-cutting Coordination of the Copernicus Programme's in situ Activities — Observational Data
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:02/06/2020
V.2.2)Information about tendersNumber of tenders received: 1
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Eumetnet Gie
National registration number: BE0818801249
Postal address: Avenue Circulaire 3
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1180
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: EuroGOOS AISBL
National registration number: BE0521723012
Postal address: Rue Vautier 29
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1000
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Stiftelsen Norsk Institutt for Luftforskning (NILU) (Norwegian Institute for Air Research)
National registration number: NO941705561
Postal address: Instituttveien 18
Town: Kjeller
NUTS code: NO031 Østfold
Postal code: 2007
Country: Norway
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 2 000 000.00 EUR
Total value of the contract/lot: 2 000 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 5 %
Section VI: Complementary information
VI.3)Additional information:
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:05/06/2020