Dienstleistungen - 295694-2021

14/06/2021    S113

Denmark-Copenhagen: Copernicus Land Monitoring Service High Resolution Layer — Vegetated Land Cover Component

2021/S 113-295694

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 (EEA)
Postal address: Kongens Nytorv 6
Town: Copenhagen
NUTS code: DK011 Byen København
Postal code: 1050 K
Country: Denmark
Contact person: Karoline Rygaard
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=8630
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=8630
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:

Copernicus Land Monitoring Service High Resolution Layer — Vegetated Land Cover Component

Reference number: EEA/DIS/R0/21/013
II.1.2)Main CPV code
72300000 Data services
II.1.3)Type of contract
Services
II.1.4)Short description:

This call for tenders aims at the establishment of a framework service contract with an economic operator covering the production and update of 2 existing products, i.e. High Resolution Layers (HRLs) Grassland and HRL Forest, and the production and update of new HRL products, i.e. HRL Crop Types and their derived or ancillary layers, integrated into the new HRL Vegetated Land Cover Component.

II.1.5)Estimated total value
Value excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
90700000 Environmental 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 or at other locations for Copernicus ad-hoc meetings.

II.2.4)Description of the procurement:

The implementation of the HRL Vegetated Land Cover Component product portfolio shall be separated into 2 phases:

Phase I comprises the production of the layers for the years 2017 to 2021 (Tasks 1 to 6);

Phase II will produce the layers for the years 2022 to 2023 (Tasks 7 to 12). Production is also divided into base layers (filled cells) and expert layers (not shadowed cells).

Task 1 – Mapping Crop Types (CT), 2017 to 2021;

Task 2 – Mapping agricultural cropping patterns, 2017 to 2021;

Task 3 – Mapping Grassland (GRA), 2017 to 2021, and Grassland Change (GRAC) for reference years 2018 – 2021;

Task 4 – Mapping Grassland Mowing (GRAM) events, 2017 to 2021:

Task 5 – Mapping Dominant Leaf Type (DLT) and Tree Cover Density (TCD), 2018 to 2021, and creating Dominant Leaf Type Change (DLTC) and Tree Cover Change Mask (TCCM) for reference years 2018 – 2021;

Task 6 – Mapping Vegetation Disturbances (VD), 2018 to 2021;

Task 7 – Crop types (CT), of 2022 and 2023;

Task 8 – Mapping agricultural cropping patterns, of 2022 and 2023;

Task 9 – Mapping Grassland (GRA), of 2022 and 2023;

Task 10 – Mapping Grassland Mowing events (GRAM), of 2022 and 2023;

Task 11 – Mapping Dominant Leaf Type (DLT) and Tree Cover Density (TCD) of 2022 and 2023;

Task 12 – Mapping Vegetation Disturbances (VD), of 2022 and 2023;

Task 13 – User involvement, user uptake, visualisation and helpdesk, will be executed along the duration of the framework service contract.

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: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Maximum two renewals for 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: yes
Identification of the project:

Copernicus — Regulation (EU) 2021/696 of the European Parliament and of the Council of 28 April 2021 establishing the Union Space Programme and the European Union Agency for the Space Programme and repealing Regulations (EU) No 912/2010, (EU) No 1285/2013 and (EU) No 377/2014 (OJ L 170, 12 May 2021, p. 69).

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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

As specified in section 1.8 of the tender specifications.

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: 20/08/2021
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/08/2021
Local time: 10:00
Place:

At the EEA's premises, Kongens Nytorv 6, 1050 Copenhagen K, DENMARK. The EEA reserves the right to organise a remote opening session due to Covid-19 restrictions via MS Teams meeting.

Information about authorised persons and opening procedure:

Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session (via MS Teams meeting if the current situation continues). They are requested to inform EEA's procurement services in advance and at the latest by Friday 20 August 2021 (at 12.00) by email at procurement@eea.europa.eu

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:

In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3 in the last 5 calendar days before the time limit for receipt indicated in Section IV.2.2, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section I.3, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3 in order to get notified when new information or documents are published. During the 3 years following the entry into force of the framework service 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 awarded the framework service contract, in accordance with point (e) of the

second subparagraph of point 11.1 of Annex I to the Financial Regulation.

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: http://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: http://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 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
02/06/2021