next
previous
items

EEA/IDS/07/001 - GMES fast track service on land monitoring

Call For Tender Published 05 Jan 2007

DK-Copenhagen: GMES fast track service on land monitoring — high-resolution core land cover data for built-up areas, including degree of soil sealing, 2006

2007/S 11-011672

Contract notice

Services


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

Internet address(es):

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


Further information can be obtained from:

the above-mentioned contact point(s).


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

European Environment Agency, attn: Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point: European Environment Agency. Tel. (45) 33 36 71 06. Fax (45) 33 36 72 74. E-mail: procurement@eea.europa.eu URL: http://www.eea.europa.eu.


Tenders or requests to participate must be sent to:

the above-mentioned contact point(s).

 I.2)
Type of the contracting authority and main activity or activities:  
European institution/agency or international organisation.
General public services, 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:  
GMES fast track service on land monitoring — high-resolution core land cover data for built-up areas, including degree of soil sealing, 2006.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 27.
Main place of performance:
The work is to be carried out at the service provider’s premises.
 II.1.3)
The notice involves:  
A public contract.
 II.1.5)
Short description of the contract or purchase(s):  
Strategic discussions amongst member countries, the European Parliament and the main EU institutions responsible for environmental policy, reporting and assessment (DG ENV, EEA, ESTAT and JRC) have underlined an increasing need for factual and quantitative information on the state of the environment to be based on timely, quality-assured data, in particular in land cover and land use related issues.
EEA is collaborating with the European Space Agency (ESA) and the European Commission (EC) on the implementation of a fast track service on land monitoring, in line with the Communication from the Commission to the Council and the European Parliament 'Global Monitoring for Environment and Security (GMES): From Concept to Reality' (COM(2005) 565 final).
For the implementation of this GMES fast track service on land monitoring (Land FTS) 2006–2008, a CLC (Corine Land Cover) update will be combined with the production of new high-resolution land cover data to provide a first set of cost-effective operational services on core land cover and land use data at European level, based on high-quality ortho-rectified multi-temporal satellite data.
These land cover data will support a wide range of environmental information requirements for framing, implementing and evaluating several policy areas at European, national and regional level including agriculture, soil, water, urban environment, air quality, physical planning, integrated coastal zone management, biodiversity and nature protection.
The overall objective is the production of a seamless European high-resolution core land cover dataset of built-up areas, including degree of soil sealing, for the reference year 2006. The ortho-rectified satellite input data for this GMES fast track service will be made available by ESA.
 II.1.6)
Common procurement vocabulary (CPV):  
93000000.
 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:  
Estimated value excluding VAT:
Range: between EUR 1 200 000 and EUR 2 000 000.
 II.3)
Duration of the contract or time-limit for completion:  
12 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:  
As specified in the tender specifications.
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:  
As specified in the tender specifications.
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:  
Tenders may be submitted by groups of service providers that, if awarded the contract, shall assume a legal form by incorporation, partnership or will otherwise enable them to contract as a single entity. A group of service providers, however, must identify the main contractor, the sole responsible towards the Agency, which will interface between the Agency and the service provider. Each member of the group must fulfil the conditions for participation mentioned in point III.2.
 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:
Exclusion criteria:
— To be eligible for participation in this contract award procedure, tenderers must not be in any of the exclusion situations referred to in Articles 93 and 94 of Council Regulation (EC, Euratom) No 1605/2002 of 25.6.2002, OJ L 248 of 16.9.2002. To that effect tenderers are required to submit a declaration of honour in accordance with Article 134 of Commission Regulation (EC, Euratom) No 2342/2002 of 23.12.2002, OJ L 357/1 as last modified. Under the same provision, the tenderer to whom the contract is to be awarded will be required to produce evidence confirming the prior declaration unless this obligation is waived by the contracting authority.
Legal Status:
— Tenderers are required to prove that they are 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.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Proof of economic and financial capacity may be furnished by 1 or more of the following documents:
(a) appropriate statements from banks or evidence of professional risk indemnity insurance;
(b) 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;
(c) a statement of overall turnover and turnover concerning the services covered by the contract during 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.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal.
Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities.
 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:
a) the educational and professional qualifications of the service provider and/or those of the firm's managerial staff and, in particular, those of the persons responsible for providing the services; experienced staff, of a minimum of 5 years, in the fields of image-processing methods, production flow and data management and accuracy assessment is required; CVs of the proposed staff must be attached to the offer;
b) a list of the principal services provided in the past 5 years, with the sums, dates and recipients, public or private;
c) a statement of the average annual manpower and the number of managerial staff of the service provider in the last 5 years;
d) an indication of the proportion of the contract which the service provider may intend to subcontract.
Where the services referred to in point (b) are provided to contracting authorities, evidence of performance shall be in the form of certificates issued or countersigned by the competent authority.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal.
Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities.
 III.2.4)
Reserved contracts:  
No.
 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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
 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/IDS/07/001.
 IV.3.2)
Previous publication(s) concerning the same contract:  
No.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time-limit for receipt of requests for documents or for accessing documents:
9.2.2007 (16:00).
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
21.2.2007 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Bulgarian, Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Icelandic, Irish, Italian, Latvian, Lithuanian, Maltese, Norwegian, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish and Turkish.
 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:  
28.2.2007 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Representatives of tenderers are allowed to participate in the tenders' opening. They are requested to inform in writing Ms Linda Jandrup by e-mail: linda.jandrup@eea.europa.eu or fax (45) 33 36 71 97.

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:  
Yes.
Reference to project(s) and/or programme(s):
Administrative Transfer Agreement between European Commission's Directorate-General for the Environment and the European Environment Agency SI2.456325.
 VI.3)
Additional information:  
Tender documents can be downloaded from EEA's web page: http://www.eea.europa.eu/tenders
 VI.4)
Procedures for appeal
 VI.4.1)
Body responsible for appeal procedures:  
Court of First Instance of the European Communities, boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: ECJ.Registry@curia.eu.int URL: http://www.curia.europa.eu

Body responsible for mediation procedures:

The European Ombudsman, 1, avenue du Président Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. (33-3) 88 17 23 13. Fax (33-3) 88 17 90 62. E-mail: euro-ombudsman@europarl.europa.eu URL: http://www.euro-ombudsman.europa.eu.

 VI.4.2)
Lodging of appeals:  
Precise information on deadline(s) for lodging appeals:
Within 2 months of the notification to the plaintiff (date of receipt) or, in the absence thereof, the day on which the person concerned had knowledge of the relevant information; a complaint to the European Ombudsman has no impact on the above deadline for lodging an appeal.
 VI.4.3)
Service from which information about the lodging of appeals may be obtained:  
Court of First Instance of the European Communities, boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: ECJ.Registry@curia.europa.eu URL: http://www.curia.europa.eu.
 VI.5)
Date of dispatch of this notice:  
5.1.2007.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract


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