Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Environment Agency
Postal address: Kongens Nytorv 6
Town: Copenhagen
NUTS code:
DK011 Byen KøbenhavnPostal code: 1050
Country: Denmark
Contact person: Karoline Rygaard
E-mail:
procurement@eea.europa.euTelephone: +45 33367220
Fax: +45 33367199
Internet address(es): Main address:
http://www.eea.europa.eu/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityEnvironment
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 code72300000 Data services
II.1.3)Type of contractServices
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 valueValue excluding VAT: 800 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)90700000 Environmental services
II.2.3)Place of performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: no
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) 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 registersList and brief description of conditions:
As specified in Section 2.2.2.1 of the tender specifications.
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
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 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 participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic 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.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:01/02/2019