Services - 285303-2020

19/06/2020    S118

Denmark-Copenhagen K: Provision of Expert Assistance to the European Environment Agency's Activities Supporting a Zero-pollution Ambition, including Linkages Between Environment, Health and Chemicals

2020/S 118-285303

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=6575
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Environment Agency (EEA)
Postal address: Kongens Nytorv 6
Town: Copenhagen
Postal code: 1050 K
Country: Denmark
E-mail: procurement@eea.europa.eu
NUTS code: DK011 Byen København
Internet address(es):
Main address: https://www.eea.europa.eu
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:

Provision of Expert Assistance to the European Environment Agency's Activities Supporting a Zero-pollution Ambition, including Linkages Between Environment, Health and Chemicals

Reference number: EEA/HSR/20/003
II.1.2)Main CPV code
90713000 Environmental issues consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The work specified in the framework contract will contribute to EEA’s role in supporting the ongoing development and implementation of key elements of the European Green Deal, including on the zero- pollution ambition and chemicals strategy. Specifically, work will support the achievement of the over-arching objectives set out in the EEA’s Multi-Annual Work Programme (MAWP) 2014-2020 and the EEA/Eionet Strategy for 2021-2030 (currently being finalised), as well as ensuring delivery of specific activities in future annual work programmes. EEA assessment activities are increasingly focused upon developing knowledge about the systemic challenges facing Europe and how these impact on the health and wellbeing of the European population. Looking forward, a transition towards a low carbon, circular economy is foreseen and it is important to assess how this transition might positively or negatively influence the environment, health and wellbeing nexus.

II.1.5)Estimated total value
Value excluding VAT: 800 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
90710000 Environmental management
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

Work will be carried out mainly at the contractor’s own premises and occasionally at the Agency's premises in Copenhagen depending on the requirements of each specific contract.

II.2.4)Description of the procurement:

The successful tenderer will support the EEA with the following areas of expertise:

— undertaking assessments of environmental stressors and how they impact on human health and wellbeing, both directly and by impacting on the ecosystem services that support health;

— applying methodologies to assess population exposure to environmental stressors including noise, air pollution and individual chemicals, both individually and in combination;

— health and epidemiological expertise for estimating the burden of disease resulting from human exposure to noise, air pollution and individual chemicals, both individually and in combination;

— producing evidence-based assessments regarding the impacts of different environmental stressors on health in order to allow for comparison across stressors;

— handling and analysing environmental data for different domains, including air, noise, water and land, as well as socio-economic and demographic data, in order to explore the relationship between exposure to environmental stressors and social parameters, such as income, age and employment status;

— preparing assessments addressing environmental stressors, covering drivers, pressures, state and impacts on environment and health including at the level of the main emitting sources;

— assessing the benefits to health and well-being delivered by the environment, including at the distal level via ecosystems services and at the proximal level in terms of access to green and blue spaces in urban areas;

— assessments of how chemicals flow through production and consumption systems, leading to environmental and human exposure, including how such flows may shift in the context of the transition to a circular economy;

— facilitating meetings and supporting stakeholder involvement by assisting EEA to organise workshops, including the drafting of agendas and minutes and supporting capacity-building and knowledge sharing with representatives from EEA’s Eionet network and other EEA stakeholders.

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: 800 000.00 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 successful tenderer will be awarded a framework service contract for an initial period of 24 months, starting from the date of signature by both contracting parties, with the possibility of maximum two renewals of a 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: 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 registers
List and brief description of conditions:

As specified in 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
Competitive procedure with negotiation
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.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 10/07/2020
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 20/07/2020
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)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:
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:
08/06/2020