next
previous
items

EEA/AIR/04/001 - Framing and assessments of the main interactions between Europe's environment and worldwide developments

Call For Tender Published 09 Mar 2004

DK-Copenhagen: framing and assessments of the main interactions between Europe's environment and worldwide developments

2004/S 48-040734

Contract notice

Services

Is this contract covered by the Government Procurement Agreement (GPA)? Yes


Section I: Contracting authority
I. 1) Official name and address of the contracting authority: European Environment Agency, Att: Ronan Uhel, Ref. No. EEA/AIR/04/001, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 71 30. Fax: +45 33 36 72 93. E-mail: Ronan.Uhel@eea.eu.int. URL: http://org.eea.eu.int.
  2) Address from which further information can be obtained: As in I.1.
  3) Address from which documentation may be obtained: As in I.1.
  4) Address to which tenders/requests to participate must be sent: As in I.1.
  5) Type of contracting authority: EU institution.
Section II: Object of the contract
II. 1) Description
  1.1) Type of works contract (in case of works contract)
  1.2) Type of supplies contract (in case of supplies contract)
  1.3) Type of service contract: Service category: 27.
  1.4) Is it a framework agreement? No.
  1.5) Title attributed to the contract by the contracting authority: Framing and assessments of the main interactions between Europe's environment and worldwide developments.
  1.6) Description/object of the contract (use continuation sheet if necessary): a) Compilation of information sources in the form of a database structured around the main interactions between Europe's environment and the global dimension.

b) Processing of data for the production of indicator fact sheets (around 15).

c) Development and writing of an assessment report (around 75 pp).

d) Concrete operational recommendations for regular assessments in this area, in particular global trade and environment.

The EEA has recently initialised the preparation of its next State of the Environment and Outlook Report (SoEOR2005), which is expected to be published in 2005, in order to comply with the European Environment Agency Council Regulation and to support the mid-term review of the 6th Environment Action Programme (6EAP) of the European Union. The report will provide an assessment of both past trends and outlooks for Europe's environment.

It is the current thinking of the European Environment Agency that SoEOR2005 will be a brief and concise report supplemented by a number of sub-reports, including a sub-report with the working title 'Europe's environment and the global dimension: key interactions'. What is the share of Europe in the array of environmental problems of the world? Do some of these problems have their origin in Europe? How, in turn, do international issues affect Europe's management of its environment? Can one anticipate the effects on the environment, somewhere outside Europe, of Europe's economic growth? And so on. This will be the first report by the European Environment Agency to attempt addressing such questions in a structured way. The European Environment Agency seeks consultancy support for the development and writing of this sub-report on the global dimension.

The aim of the sub-report is to contribute, via available relevant information and illustrative cases, to increase the understanding of what these interactions are and how one can relate them to existing policy objectives or not. The project will also help explore whether the European Environment Agency can provide any value-added information to the international trade and environment area on a regular basis.

  1.7) Site or location of works, place of delivery or performance: The work shall be executed from the contractor's offices, with regular contacts with Ronan Uhel, the European Environment Agency Project Manager. An inception meeting as well as two one-day progress meetings will take place at the European Environment Agency in Copenhagen.

NUTS code: DK001.

  1.8) Nomenclature
  1.8.1) Common Procurement Vocabulary (CPV): 90311000.
  1.8.2) Other relevant nomenclature (CPA/NACE/CPC)
  1.9) Division into lots (for details about lots use Annex B as many times as needed): No.
  1.10) Will variants be accepted (where applicable): No.
  2) Quantity or scope of the contract
  2.1) Total quantity or scope (including all lots and options, if applicable)
  2.2) Options (if applicable). Description and time when they may be exercised (if possible)
  3) Duration of the contract or time-limit for completion: Period in month/s: 11 (from the award of the contract).
Section III: Legal, economic, financial and technical information
III. 1) Conditions relating to the contract
  1.1) Deposits and guarantees required (if applicable)
  1.2) Main terms of financing and payment and/or reference to the relevant provisions: See tender documents.
  1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)
  2) Conditions for participation
  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
  2.1.1) Legal position - means of proof required: - Identification sheet (see tender documents).

- Copy of inscription in trade register, where applicable.

- Copy of inscription in VAT register.

  2.1.2) Economic and financial capacity - means of proof required: Proof of economic and financial capacity may be furnished by one 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 two years for which accounts have been closed, where publication of the balance sheet is required under the company law of he country in which the economic operator is established;

c) a statement of overall turnover concerning the services covered by the contract during a period which may be no more than the last three financial years.

  2.1.3) Technical capacity - means of proof required: Evidence of the technical and professional capacity may be furnished by at least one of the following documents:

a) the educational or professional qualifications of the contractor and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of carrying out integrated environment assessments);

b) a description of the measures employed to ensure the quality of services;

c) a list of the principal services provided in the last three years with the sums, dates and recipients, public or private;

d) an indication of the proportion of the contract which the tenderer may intend to subcontract.

  3) Conditions specific to services contracts
  3.1) Is provision of the service reserved to a specific profession? No.
  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.
  1.1) Have candidates already been selected? (for negotiated procedure only and if applicable)
  1.2) Justification for the choice of accelerated procedure (if applicable)
  1.3) Previous publication concerning the same contract (if applicable)
  1.3.1) Prior information notice concerning the same contract (if applicable)
  1.3.2) Other previous publications
  1.4) Envisaged number of suppliers which will be invited to tender (when applicable)
  2) Award criteria: The most economically advantageous tender in terms of criteria as stated below:

1. solid knowledge and understanding of international developments related to environmental matters in the context of global responsibility, including trade and environment issues (maximum 25 points);

2. proven experience in undertaking, writing and publishing high quality work on integrated environmental assessments, including data compilation, processing and indicator development and analysis (maximum 20 points);

3. soundness of the methodological approach (maximum 20 points);

4. competence of working team, as appearing from CVs (maximum 20 points);

5. solid knowledge and understanding of environmental information activities undertaken at the European level in recent years in connection with European policies (maximum 15 points).

In descending order of priority: yes.

Price: the bid offering the best value for money will be chosen, providing minimum 50 points are achieved from the award criteria. The best bid is the one which achieves the lowest number when dividing the price by the number of points awarded.

  3) Administrative information
  3.1) Reference number attributed to the file by the contracting authority: EEA/AIR/04/001.
  3.2) Conditions for obtaining contract document and additional documents
  3.3) Timelimit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure): 19.4.2004 or 52 days from dispatch of notice.

Time: 16.00.

  3.4) Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)
  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.
  3.6) Minimum time frame during which the tenderer must maintain its tender (in case of an open procedure): 6 months from the deadline stated for receipt of tenders.
  3.7) Conditions for opening tenders
  3.7.1) Persons authorized to be present at the opening of tenders: European Environment Agency's representatives and one representative of each tenderer. Please inform Ronan Uhel by separate mail of your wish to attend the opening.
  3.7.2) Date, time and place: Date: 26.4.2004. Time: 14.00.

Place: European Environment Agency, Reception, Kongens Nytorv 6, DK-1050 Copenhagen K.

Section VI: Other information
VI. 1) Is this notice a non-mandatory one? No.
  2) If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published
  3) Does the contract relate to a project/programme financed by EU funds? No.
  4) Additional information: Prices must be fixed amounts quoted in euros. Estimated travel and subsistence expenses must be indicated separately in the breakdown of costs. The contractor is expected to offer their services showing a budget for their activities stating daily rates according to the expertise and level of experience offered.

The maximum budget foreseen for this task is 150 000 EUR (including all costs). Thus, the tender proposal shall cover a budget maximum of 150 000 EUR including travel.

Submission of a tender implies acceptance of the terms specified in the Agency's General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver of your company's own terms of business.

Tenderers from non-EU countries will also be considered.

Grounds for exclusion:

The tenderer shall provide an auto-declaration, preferably made on oath before a judicial or administrative authority, a notary or a competent professional or trade body by a person competent to do so on behalf of the tenderer, which states that none of the grounds for exclusion (please see general terms and conditions applicable to contracts, Art. 2 (2)) apply to the tenderer.

Download:

Annex I - Procedure for submitting a tender

Annex II - Terms of reference

Annex III - Identification sheet

Annex IV - Draft service contract

Annex V - General terms and conditions

Annex VI - Reimbursement of travel expenses

Annex VII - Checklist

Annex VIII -SOEOR2005



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