next
previous
items

EEA/EAS/06/002 - Agri-environmental research consultancy services

Call For Tender Published 24 May 2006

DK-Copenhagen: agri-environmental research consultancy services

2006/S 104-110731

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Jan-Erik Petersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 33. Fax  (45) 33 36 71 51. E-mail: jan-erik.petersen@eea.europa.eu.

Internet address(es):

General address of the contracting authority: http://www.eea.europa.eu/main_html/.


Further information can be obtained from:

As in the above-mentioned contact point(s).


Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:

As in the above-mentioned contact point(s).


Tenders or requests to participate must be sent to:

As in the above-mentioned contact point(s).

 I.2)
Type of the contracting authority and main activity or activities:  
European institution/agency or international organisation.
Environment.
The 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:  
Agri-environmental research consultancy services
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 11.
Main place of performance: contractor's premises.
 II.1.3)
The notice involves:  
The establishment of a framework agreement.
 II.1.4)
Information on framework agreement:  
Framework agreement with a single operator.
Duration of the framework agreement: 4 months.
Estimated total value of purchases for the entire duration of the framework agreement:
Range between EUR 86 000 and EUR 400 000.
 II.1.5)
Short description of the contract or purchase(s):  
Support in the updating and extension to EU-27 of a selected number of agri-environment indicators, with particular emphasis on gross nutrient balance (N + P), policy response information and biodiversity related indicators.
Support in identifying and compiling data on farm management practices of relevance to EEA projects (LARA, HNV farmland, Natura 2000, land use accounting).
Help with the integration of geo-referenced biodiversity and other data, as far as needed in addition to in-house resources.
Provide analytical support on environmentally compatible bioenergy resources.
General assistance with regard to analysis of relevant research literature, links to EU research projects etc.
 II.1.6)
Common procurement vocabulary (CPV):  
73210000.
 II.1.7)
Contract covered by the Government Procurement Agreement (GPA):  
No.
 II.1.8)
Division into lots:  
No.
 II.1.9)
Variants will be accepted:  
No.
 II.2)
Quantity or scope of the contract
 II.2.1)
Total quantity or scope:  
Range: between EUR 86 000 and EUR 400 000.
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 48 months from the award of the contract.

Section III: Legal, economic, financial and technical information
 III.1)
Conditions relating to the contract
 III.1.1)
Deposits and guarantees required
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject:  
No.
 III.2)
Conditions for participation
 III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:  
Information and formalities necessary for evaluating if requirements are met:
the tenderer is requested to prove that he is authorised to perform the contract under national law, as evidenced by inclusion in a trade or professional register, or a sworn declaration or certificate, membership of a specific organisation, express authorisation, or entry in the VAT register,
the tenderer should provide an identification sheet (Annex 2) duly filled out and signed, a copy of inscription in trade register, where applicable, and a copy of inscription in VAT registers.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by 1 or more of the following documents:
— appropriate statements from banks or evidence of professional risk indemnity insurance,
— the presentation of balance sheets or extracts from balance sheets for at least the last 2 years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established,
— a statement of overall turnover for the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers justified, the tenderer or candidate is unable to provide the references requested by the contracting authority, he may prove his economic and financial capacity by any other means which the contracting authority considers appropriate.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
the evidence of the technical and professional capacity should be furnished on the basis of the following documents:
— the educational and professional qualifications of the service provider and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (CVs of the proposed staff),
— a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private,
— an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services contracts
 III.3.1)
Execution of the service is reserved to a particular profession:  
No.
 III.3.2)
Legal entities 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:  
Open.
 IV.2)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated below:
criteria; weighting:
1. expertise; 25;
2. approach; 25;
3. project management; 15;
4. understanding; 15;
5. price; 15;
6. environmental policy; 5.
 IV.2.2)
An electronic auction will be used:  
No.
 IV.3)
Administrative information
 IV.3.1)
File reference number attributed by the contracting authority:  
EEA/EAS/06/002
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice. Notice number in OJ: 2006/S 071-073749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
14.7.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
24.7.2006 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Representative of tenderers.

Section VI: Complementary information
 VI.1)
This is a recurrent procurement:  
No.
 VI.2)
Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3)
Additional information
 VI.4)
Procedures for appeal
 VI.4.1)
Body responsible for appeal procedures
 VI.4.2)
Lodging of appeals
 VI.4.3)
Service from which information about the lodging of appeals may be obtained
 VI.5)
Date of dispatch of this notice:  
24.5.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet


Troubles in downloading the PDF-files?

If you're having troubles in downloading the PDF-files, please visit our trouble shooting page.



Permalinks

Document Actions