next
previous
items

EEA/EAS/2004/011 - Feasibility study: Modelling environmental concentrations of chemicals from emission data.

Call For Tender Published 27 Aug 2004

DK-Copenhagen: Feasibility study: Modelling environmental concentrations of chemicals from emission data.

2004/S 175-149608

Contract notice

Services

Is this contract covered by the Government Procurement Agreement (GPA)? No


Section I: Contracting authority

I.1)

Official name and address of the contracting authority:  European Environment Agency, Att.: Dr. Gabriele Schöning, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 72 65. Fax: +45 33 36 71 51. E-mail: Gabriele.Schoning@eea.eu.int URL: http://org.eea.eu.int/tenders..

I.2)

Address from which further information can be obtained:  As in I.1.

I.3)

Address from which documentation may be obtained:  See Annex A

I.4)

Address to which tenders/requests to participate must be sent:  As in I.1.

I.5)

Type of contracting authority:  EU body.


Section II: Object of the contract

II.1)

Description
II.1.1)

Type of works contract (in case of works contract)
II.1.2)

Type of supplies contract (in case of supplies contract):
II.1.3)

Type of service contract (in case of service contract): Service category: Service

II.1.4)

Is it a framework agreement?  No.

II.1.5)

Title attributed to the contract by the contracting authority:  Feasibility study: Modelling environmental concentrations of chemicals from emission data.

II.1.6)

Description/object of the contract:  Description of the contract:
Description of the project

The aim of this feasibility study is to explore the availability of suitable models to predict environmental concentrations of chemicals from point source emission data such as the data reported to EPER, the European Pollutant Emission Register, and develop a strategy how these can be used to assess the chemical burden of Europe's environment.

Purpose of call for Tender
Develop a toolbox of available methodologies and a workplan for applying relevant models to substances reported under EPER in order to predict the concentrations, composition and distribution of these chemicals in the European environment.
The main task in this feasibility study will be to
1) evaluate
  • Which of the available methods to model environmental concentrations of chemicals in the different media are sufficiently validated and accepted to be used in a policy context.
  • Which of the models are suitable for all or some of the substances listed under EPER and other types of compounds.
2) make a test run and
3) develop a strategic proposal how these models and derived data can be used to estimate and predict the concentrations, composition and distribution of chemicals in the European and wider environment based on European emission data.

Tasks
The tenderer will provide in his offer a proposal for a detailed work plan for each identified task.

The tasks to be performed are:
1. Identify available models on chemical substances concentrations in the different media and/or their impacts. The evaluation shall cover models to predict concentrations in air, water, sediment and soil as well as biota (excl. food). International and national developments should be considered as well as research activities especially those concerning persistent substances or substances with a potential for long-range transport, or activities covering large rivers or other areas which might be representative for particular European regions.
2. 2. Verify their status of validation and general acceptance.
3. Evaluate available environmental models, preferably validated or widely accepted models, for their ability to provide information on spatial distribution of chemicals and resulting concentrations in different environmental media. Although the main target is Europe, regions outside Europe that will be impacted by European emissions should be included in the assessment.
4. Scan the models and provide information on the time and spatial scale they are able to cover. Provide expert judgement on the resolution needed for assessments of (pan)European, national, regional or local pollution. Describe model characteristics relevant for each of these levels.
5. Identify which of the above models are applicable to EPER substances.
6. Run one ore more selected readily available models for one or more test substances by using the reported release data in the EPER database. In selection of the test substance(s) consider the availability of monitoring data on the compound(s) as a key requirement.
  • Map the concentrations
  • Identify hot spots of predicted high chemicals concentrations
  • Assess usefulness of EPER data format for this purpose. For substances already covered by EMEP: discuss the added value by using EPER data for high and smaller resolution assessments. Will EPER data increase the usefulness of existing models on (pan)European, regional, or local level?
  • Compare predicted levels with actual monitoring data on concentrations, if available.
7. Draft a workplan on how to extend task 6 to all the relevant models identified in task 5 and all substances reported in EPER. Define the minimum and optimum input parameters for the models needed to include further priority substances. Consider how substances could be grouped according to similar environmental effects, availability of monitoring data, expected releases (only point sources or many diffuse sources). Provide an estimate of the timeframe and required resources for executing the workplan.
8. Develop a strategic proposal on how these models and derived data can be used to estimate and predict the "chemical density" (concentrations, composition and distribution of chemical substances) in the European environment based on emission data. Give an estimate of the reliability and level of uncertainty.
9. Summarise the findings of the feasibility study in a report.

Close co-ordination of work under the contract with other work at the EEA within the operation and the project needs to be ensured at all times.

II.1.7)

Site or location of works, place of delivery or performance:  
European Environment Agency, Copenhagen. Execution of the contract must take place outside the premises of the EEA.

II.1.8)

Nomenclature
II.1.8.1)

Common Procurement Vocabulary (CPV):  

II.1.8.2)

Other relevant nomenclature (CPA/NACE/CPC)
II.1.9)

Division into lots:  No.

II.1.10)

Will variants be accepted?:  Yes.

II.2)

Quantity or scope of the contract
II.2.1)

Total quantity or scope (including all lots and options, if applicable
II.2.2)

Options). Description and time when they may be exercised
II.3)

Duration of the contract or time limit for completion:  Period: 9 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 terms of financing and payment and/or reference to the relevant provisions (if applicable):  General terms and conditions applicable to contracts awarded by the European Environment Agency.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded
III.2)

Conditions for participation
III.2.1)

Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required.
III.2.1.1)

Legal position - means of proof required:  

III.2.1.2)

Economic and financial capacity - means of proof required:  Grounds for exclusion
Irrespective of the award procedure used, any contractor may be excluded from participating in a contract if:
a) if they are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations;
b) if they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata;
c) if they have been guilty of grave professional misconduct proven by any means, which the contracting authority can justify;
d) if they have not fulfilled obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established, the country of the contracting authority or the country where the contract is to be performed;
e) if they have been the subject of a judgment which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;
f) if, following another contract or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations.

Potential contractors must certify that they are not in one of the situations listed.

Financial and economic standing:
Evidence of financial and economic standing by furnishing one or more of the following references:
- statements from bankers
- balance sheets or extracts from balance sheets
- a statement of overall turnover and turnover relating to the relevant supplies, works or services.

III.2.1.3)

Technical capacity - means of proof required:  Evidence of technical and professional competence must be furnished by the following references:
Experience as evidenced by the qualifications, both educational and professional, of the service provider or contractor and those of the firm's managerial staff and, in particular those of the person or persons responsible for carrying out the service/work. Curriculum vitae must be provided.
- A reference list of relevant previous projects over the past 3 years must be provided, indicating the sums involved, dates, recipients, public or private, evidence of performance will be in the form of certificates issued or countersigned by the competent authority.

III.3)

Conditions specific to services contracts
III.3.1)

Is provision of the service reserved to a specific profession?  No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for execution of the contract?   Yes


Section IV: Procedure

IV.1)

Type of procedure:  Open.

IV.1.1)

Have candidates already been selected? (for negotiated procedure only and if applicable)

IV.1.2)

Justification for the choice of accelerated procedure (if applicable)
IV.1.3)

Previous publication concerning the same contract (if applicable)
IV.1.3.1)

Prior information notice concerning the same contract (if applicable):  

IV.1.3.2)

Other previous publications
IV.1.4)

Envisaged number of suppliers which will be invited to tender
IV.2)

Award crieria:  The most economically advantageous tender in terms of criteria as stated below (in descending order of priority where possible):

1.1.2 Award criteria
The contract will be awarded to the most advantageous offer taking into account:
- Expertise: the consultants' knowledge of European forest biodiversity in particular with reference to forest types and European-level assessment of forest biodiversity, to the expertise in synthesizing and presenting information, and to producing user-friendly texts as evident from their previous projects and publications/reports;
- Methodology: the degree to which the methodology and detail of the consultants' work plan shows the capacity to provide the required deliverables;
- Project management: based on the quality of the team organisation and project management procedures, which should be clearly outlined in the tender; and,
- Understanding: the degree to which tenderers have taken into consideration all the aspects of the tasks required by the contract, such as they appear above, as well as the contents of the deliverables.
- Value for money: total price and number of working days offered in comparison to overall project output.

Points system:
A points system is used to choose the best tender. The distribution of maximum points to each criterion is as follows:
- 30 points to 'Expertise';
- 25 points to 'Methodology';
- 20 points to 'Project Management';
- 10 points to 'Understanding';
- 15 points to 'Value for money'.
In descending order of priority: No.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  Ref. no. EEA/EAS/2004/011

IV.3.2)

Conditions for obtaining contractual documents and additional documents
IV.3.3)

Time limit for receipt of tenders or requests to participate:   52 days from dispatch of notice.

IV.3.4)

Dispatch of invitations to tender to selected candidates
IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up:  Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish plus Norwegian and Icelandic.

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender:  6 months from the deadline stated for receipt of tenders.

IV.3.7)

Conditions for opening tenders
IV.3.7.1)

Persons authorized to be present at the opening of tenders:  Officials from the Agency and financial controller.

IV.3.7.2)

Date, time and place:


Section VI: Other information

VI.1)

Is this notice a non-mandatory one?  No.

VI.2)

If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published
VI.3)

Does the contract relate to a project/programme financed by EU funds?  No.

VI.4)

Additional information:

VI.5)

Date of dispatch of this notice:  27/08/2004.

Annex A

1.2) Address from which further information can be obtained
1.3) Address from which documentation may be obtained: European Environment Agency, for the attention of Mr. Jimmy Flindt, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 71 50. Fax: +45 33 36 71 51. E-mail: Jimmy.flindt@eea.eu.int. URL: http://org.eea.eu.int/tenders.



Download


TECHNICAL SPECIFICATION Chemical modelling call for tender

Annex I - Model for standard study contract

Annex II - General terms and conditions applicable to contracts awarded by the EEA (version 130404)

Annex III - Identification sheet

Annex IV - Reimbursement of travel expenses

Annex V - EC VAT and excise duty exemption certificate

Annex VI - Declaration on Exclusion Criteria

Annex VII - Procedure for submitting a tender


Troubles in downloading the PDF-files?

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



There are currently no items in this folder.

Permalinks

Document Actions