next
previous
items

EEA/BSS/08/002: Framework service contract for support to the implementation of water systems accounting (resource and quality)

Call For Tender Published 31 Jan 2008

DK-Copenhagen: framework service contract for support to the implementation of water systems accounting (resource and quality)
2008/S 29-038229
Contract notice
Services 

Documents for download

Information documentation for tenderers on the dams database and river fragmentation

 

Section I: Contracting authority

I.1) Name, addresses and contact point(s):

European Environment Agency, attn: Philippe Crouzet, Kongens Nytorv 6, DK-1050 Copenhagen. Fax  (45) 33 36 72 93. E-mail: Philippe.crouzet@eea.europa.eu.

Internet address(es):

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

Further information can be obtained from:

European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K. Fax (45) 33 36 72 74. E-mail: procurement@eea.europa.eu. URL: http://www.eea.europa.eu/tenders.

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

the above-mentioned contact point(s).

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.
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:

Framework service contract for support to the implementation of water systems accounting (resource and quality).

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:
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 years.
Estimated total value of purchases for the entire duration of the framework agreement:
EUR 600 000, excluding VAT.

II.1.5) Short description of the contract or purchase(s):

In the framework of environmental accounting, to enhance the EEA’s future assessments of hydro systems as part of an integrated ecosystem and ecosystem services-based approach by implementing the hydro systems accounts into the EEA spatial platform, carry out pilot and prototype productions (quantity and quality), and contribute to methodological developments and capacity building on these topics.

II.1.6) Common procurement vocabulary (CPV):

90311000.

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:

EUR 600 000, excluding VAT.

II.2.2) Options:

No.

II.3) Duration of the contract or time-limit for completion:

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:

As stated in the contract.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:

As stated in the contract.

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 or partnership which will enable them to contract as a single entity. Moreover, a group of service providers must identify the main contractor, who shall have sole responsibility towards the Agency, and will interface between the Agency and the service providers. 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 as last modified by (EC, Euratom) No 1995/2006 of 13.12.2006, OJ L 390/1 of 30.12.2006. To that effect tenderers are required to submit a declaration of honour (see Annex 1 to the tender specifications) in accordance with Article 134 of Commission Regulation (EC, Euratom) No 2342/2002 of 23.12.2002, OJ L 357/1 as last modified by (EC, Euratom) No 478/2007 of 23.04.2007, OJ L 111/13. 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 capacity — tenderers are requested 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. Tenderers shall provide an identification sheet (Annex 2 to the tender specifications) duly filled out and signed, a copy of inscription in a 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:
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 works, supplies or services covered by the contract during a period which may be no more than the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers justified, the tenderer 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.

III.2.3) Technical capacity:

Information and formalities necessary for evaluating if requirements are met:
evidence of technical and professional capacity should be furnished on the basis of the following documents:
(a) CVs of the educational and professional qualifications of the team responsible for providing the services indicating the required minimum professional experience as follows:
1. Project leader (1 CV/minimum 3 years of relevant management experience and 5 years in any of the fields mentioned above as senior expert or PL);
2. Senior consultants (minimum 4 CVs/minimum 5 years experience each);
3. Junior consultants (minimum 2 CVs/minimum 3 years experience each) in 1/more of the following areas:
i. water account analysis, pilot production and, if possible, application;
ii. practice of data handling, analysis and computing (in water accounting at least quantity and quality, as described in the SEEAW manual) in a complex data context involving several data sources, understood as heterogeneous;
iii. ability to carry out heterogeneous data integration and modelling in a spatial production-oriented context.
The area to cover being varied (from Scandinavia to Atlantic, Mediterranean to Central Europe), geographical diversity of expertise is required, provided it is not at the expense of efficiency;
iv. ability to cooperate efficiently with the client in order to build capacity. This includes the flexibility of computer production;
(b) information on the tenderer’s working languages and examples of the tenderer’s data understanding (as data sources are often only provided in national languages), assimilation, assessment, calculation and critical analysis in the domain of water accounting, assessment and integration of approaches. Experiences in closely related fields (e.g. fragmentation, energy balances of river systems, etc.) should be mentioned as well;
(c) a list of principal services provided in relevant or related areas during the past 5 years, with sums, dates and recipients, public or private. If methodological works have been carried out, even in earlier periods, they may be mentioned as well;
(d) a description of the measures employed to ensure the quality of services, and a description of the tenderer's study and development facilities;
(e) an indication and justification of the proportion of the contract which the tenderer may intend to subcontract;
(f) a description of the tenderer’s environmental management measures.

III.2.4) Reserved contracts:

No.

III.3) Conditions specific to service 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:

No.


Section IV: Procedure

IV.1) Type of procedure:

Open.

IV.2) Award criteria

IV.2.1) 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:

Open call for tenders No EEA/BSS/08/002.

IV.3.2) Previous publication(s) concerning the same contract:

No.

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:

26.3.2008 (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, Irish, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Icelandic, Norwegian 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:

3.4.2008 (16:00).
Place: EEA's premises.
Persons authorised to be present at the opening of tenders: yes.

1 representatives per tenderer is allowed to participate in the opening session. They are requested to inform Philippe Crouzet in advance by e-mail: Philippe.Crouzet@eea.europa.eu or fax (45) 33 36 72 93.


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.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures:

Court of First Instance of the European Communities (insofar as the CFI has jurisdiction), boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: CFI.Registry@curia.europa.eu. URL: http://curia.europa.eu.

Body responsible for mediation procedures:

The European Ombudsman, 1, avenue du Président Robert Schuman, F-67001 Strasbourg Cedex. Tel. (33) 388 17 23 13. Fax (33) 388 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:
Insofar as the Court of First Instance of the European Communities has jurisdiction, 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 (insofar as the CFI has jurisdiction), boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: CFI.Registry@curia.europa.eu. URL: http://curia.europa.eu.

VI.5) Date of dispatch of this notice:

31.1.2008.

File PDF document Invitation to tender BSS/08/002.pdf — 31 Jan 2008
BSS/08/002
File Microsoft Word Document Annex2_Identification sheet.doc — 31 Jan 2008
BSS/08/002
File PDF document Tender_specifications_BSS-08-002.pdf — 31 Jan 2008
BSS/08/002
File PDF document TS_Annex1_Declaration_on_Exclusion_Criteria.pdf — 31 Jan 2008
BSS/08/002
File PDF document Draft_Frameworkd_Service_Contract_BSS-08-002.pdf — 31 Jan 2008
BSS-08-002
File PDF document Eldred2_DB_BSS-08-002.pdf — 31 Jan 2008
BSS/08/002
File PDF document River_fragmentation.pdf — 31 Jan 2008
BSSS/08/002
File PDF document IFEN.pdf — 31 Jan 2008
BSS/08/002
File PDF document Physical_hydronomics.pdf — 31 Jan 2008
BSS/08/002
File PDF document Contract_notice_BSS-08-002.pdf — 31 Jan 2008
BSS/08/002
File Clarifications 1 – Questions and answers – 17032008 — 31 Jan 2008
Clarifications 1 – Questions and answers - Framework contract for support to the implementation of water systems accounting (resource and quality)
File PDF document Service contract Contract award 160505-2008 EN.pdf — 31 Jan 2008

Permalinks

Document Actions