Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address(es):
General address of the contracting authority: http://www.ecmwf.int/
Electronic access to information: http://procurement.ecmwf.int
Electronic submission of tenders and requests to participate: http://procurement.ecmwf.int
Further information can be obtained from:
Official name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: http://www.ecmwf.int/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: http://procurement.ecmwf.int
Tenders or requests to participate must be sent to:
Official name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: http://procurement.ecmwf.int
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Meteorological Services
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:
Copernicus_CAMS_71 Products in support of users in the policy domain
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: On contractor's premises
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in months: 33
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 877 000,00 and 977 000,00 EUR
II.1.5)Short description of the contract or purchase(s)
This ITT, entitled "Products in support of users in the policy domain" is about activities to deliver a range of products of the CAMS portfolio especially relevant for Policy Users. These products are:
— annual interim assessment reports based on the Interim Regional Reanalyses and material in support of national reporting duties on air quality and threshold exceedances,
— annual assessment reports based on the Regional Reanalyses which make use of validated data, to serve as a reference document on the status of air quality in Europe,
— an “air control toolbox” that offers alternative forecasts of European air quality with reduced level of emissions, which allow assessing the effectiveness of possible temporary mitigation measures or of candidate measures as part of future policy developments,
— daily source-receptor calculations, which allow tracking the pollutants according to the geographical origin and chemical composition of their (or their precursors) sources,
— reports about major air pollution episodes in Europe produced within one month after the event in support of the concerned Member States’ a posteriori analysis,
— 2 sensitivity studies relying on different emissions scenarios in order to assess the impact of pollutants emissions abatement on health impacts and agriculture.
It also comprises the organisation of annual workshops to gather the community of Policy Users of CAMS in order to discuss and gather feedback on the products delivered under this ITT as well as more generally on other CAMS Regional and Global Products that are relevant for EU, national and local policies. Experts from the European Commission’s DG-ENV and JRC, as well as from the European Environment Agency (EEA) will assist ECMWF for the management of this contract in order to ensure that the products and services developed and operated as part of this contract are fully aligned with the activities and plans of the European Union.
The Framework Agreement will run from 1.4.2019 to 31.12.2021. The Tenderer shall provide a detailed implementation plan of proposed activities for the period until 30.6.2021. However, by Q4 2019 the level and duration of activities for the full year of 2021 will be communicated by ECMWF to the successful Tenderer based on the Copernicus programme review by the European Commission.
II.1.6)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please see Volume I (Instructions and Conditions) of the ITT documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see Volume V (Framework Agreement) of the ITT documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
ECMWF will only enter into a contract with a single legal person/entity. Due to the need to include performance and compliance obligations in the contract, ECMWF will contract only with a single legal person or entity which is competent to undertake and commit to these obligations.
ECMWF recognises that some bids will involve a number of organisations which may wish to work together to deliver the contract requirements. In such cases, these organisations must identify a lead contractor who will sign the contract with ECMWF and who will be responsible for putting in place legal arrangements to ensure that it can guarantee that all other organisations will also meet the contract obligations.
ECMWF will not enter into multiple contracts with individual members of consortia or groups of service providers.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Description of particular conditions: See Volume V (Framework Agreement) and Volume II (Specification) of the ITT documents.
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: Tenders will not be eligible unless they are submitted by persons or entities based or registered in a member state of the EU or in a Member State of ECMWF.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Tenderers must complete the online questionnaire in ECMWF's eProcurement Portal.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Tenderers must complete the online questionnaire in ECMWF's eProcurement Portal.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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 below
1. General. Weighting 5
2. Price. Weighting 15
3. Track record. Weighting 15
4. Quality of resources to be deployed. Weighting 15
5. Technical solution proposed. Weighting 30
6. Management and Implementation. Weighting 20
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:
Copernicus_CAMS_71 Products in support of users in the policy domain
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate18.1.2019 - 15:00
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 upEnglish.
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 tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Copernicus – The European Earth Observation Programme
See http://www.copernicus.eu/
VI.3)Additional information
The procurement for the contract will be conducted in accordance with ECMWF's procedures as set out in ECMWF's Invitation to Tender documents, which will be available on ECMWF's Procurement e-Tender Portal and no other procedures will apply. In submitting this notice ECMWF does not waive the privileges and immunities granted to it by virtue of its status as an Intergovernmental Organisation or submit itself to any jurisdiction.
Tenders must be submitted using ECMWF’s eProcurement Portal as described in Section 1 of the ITT documents. Hard copy (paper) submissions will not be accepted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: http://www.ecmwf.int/
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address: http://www.ecmwf.int/
VI.5)Date of dispatch of this notice:27.11.2018