Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Environment Agency (EEA), EEA.EDO.DIS.DIS3 – Geospatial Information Services
Postal address: Kongens Nytorv 6
Town: Copenhagen
NUTS code:
DK011 Byen KøbenhavnPostal code: 1050
Country: Denmark
E-mail:
procurement@eea.europa.euInternet address(es): Main address:
https://www.eea.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
EEA/DIS/R0/22/004 – Copernicus European Ground Motion Service – Supporting Services
Reference number: EEA/2022/OP/0014
II.1.2)Main CPV code72300000 Data services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of this call for tenders is to establish a framework service contract with an economic operator covering the following two tasks:
• Setup, maintain, and co-chair the Copernicus Ground Motion Advisory Board;
• Supply the services of a Supporting InSAR and Ground Motion Expert.
The Advisory Board shall provide independent expert advice and guidance to the EEA regarding the specification, implementation, uptake, validation, evolution, and operation of the Copernicus EGMS.
The Supporting Expert shall support the uptake, validation, evolution, and operation of the Copernicus EGMS in close collaboration with EEA staff, service providers (notably the production team and the validation team), and the Advisory Board.
II.1.5)Estimated total valueValue excluding VAT: 700 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72300000 Data services
II.2.3)Place of performanceNUTS code: DK011 Byen København
Main site or place of performance:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
EEA/DIS/R0/22/004 - Copernicus European Ground Motion Service – Supporting Services.
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: 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Please consult the procurement documents available at the address indicated in Section I.3).
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: 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
Please consult the procurement documents available at the address indicated in Section I.3).
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:
Please consult the procurement documents available at the address indicated in Section I.3.
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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please consult the procurement documents available at the address indicated in Section I.3.
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: 30/08/2022
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, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
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: 31/08/2022
Local time: 10:00
Place:
Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.
Information about authorised persons and opening procedure:
Please consult the procurement documents available at the address indicated in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five 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. Within three years following the signature of the framework contract resulting from the current call for tenders, the contracting authority may use the negotiated procedure under Point 11.1.e of Annex I to the Financial Regulation to procure new services from the contractor up to a maximum of 50 % of the initial framework contract ceiling (i.e., EUR 350 000). These services will consist in the repetition of similar services entrusted to the contractor and will be awarded under the conditions described in the procurement documents available at the address indicated in Section I.3).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:05/07/2022