Servizzi - 61255-2019

08/02/2019    S28

Denmark-Copenhagen: Copernicus European Ground Motion Service – Supporting Services

2019/S 028-061255

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
NUTS code: DK011 Byen København
Postal code: 1050
Country: Denmark
Contact person: Karoline Rygaard
E-mail: procurement@eea.europa.eu
Telephone: +45 33367220
Fax: +45 33367199
Internet address(es):
Main address: http://www.eea.europa.eu/
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=4441
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=4441
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 European Ground Motion Service – Supporting Services

Reference number: EEA/DIS/R0/19/004
II.1.2)Main CPV code
72300000 Data services
II.1.3)Type of contract
Services
II.1.4)Short description:

European Ground Motion Service (EGMS) is part of the Copernicus land monitoring service’s product portfolio and its implementation has been entrusted to the EEA. The purpose of this call for tenders is to establish a service contract with an economic operator covering the following 2 tasks:

— establishment of the Copernicus Ground Motion Advisory Board;

— Supply of a supporting expert that shall be working intra-mural at the EEA’s premises.

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)
90700000 Environmental services
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

The services of the advisory board will primarily be performed at the Contractor’s own premises. The supporting expert will work intra-mural at the EEA’s premises.

II.2.4)Description of the procurement:

Ground motion monitoring is a key component in disaster risk assessment and management. Mainstreaming this kind of information into future operational workflows in both the public and private sectors will inherently lead to improved risk management and protection of assets on local, regional and pan-European scales, and in some cases even save lives. The contract established under this call for tenders shall result in:

1) An advisory board, that shall provide independent expert advice and guidance to the EEA regarding the specification, implementation, evolution, and operation of the Copernicus EGMS; and

2) A supporting expert, that shall support the specification and implementation of the Copernicus EGMS in close collaboration with EEA staff, service providers, and the advisory board.

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: 24
This contract is subject to renewal: no
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) No 377/2014 of the European Parliament and of the Council of 3.4.2014 (OJ L 122,24.4.2014, p. 44).

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 Section 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
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 15/03/2019
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 18/03/2019
Local time: 10:00
Place:

EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, DENMARK.

Information about authorised persons and opening procedure:

Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform EEA's procurement services in advance and at the latest by 15.3.2019 by e-mail 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:

Tenderers can download the procurement documents and any additional information from the e-tendering website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4441. This website will be updated regularly and it is the tenderer's responsibility to check for updates and modifications during the tendering period.

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 future contractor in accordance with Point (e) of the second subparagraph of Point 11.1 and Point 11.4 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.4.4)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:
01/02/2019