next
previous
items

EEA/RNC/03/002 - Miscellaneous services

Call For Tender Published 21 May 2003

Call for Tender


DK-Copenhagen: miscellaneous services

EEA/RNC/03/002


1. Awarding authority:


European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 88
Fax: 0045 33 36 72 93
E-mail: lars.mortensen@eea.eu.int
URL: http://org.eea.eu.int


2. Category of service and description, CPC reference number, quantity, options:

93000000.

Service category: 27.

Name given to contract: evaluation of the effectiveness of policies to address waste water pollution in selected European countries.

Reference number attributed: EEA/RNC/03/002.

Description of contract:
provide an evaluation of the effectiveness of economic instruments to address waste water pollution from point sources in six to seven EEA member countries in the period from 1970 to 2002.

As a follow-up to the 2001 EEA Report 'Reporting on Environmental Measures: Are we being effective?', pilot studies to evaluate the effectiveness of policies in selected areas for selected European countries will be undertaken. One study is to evaluate the effectiveness of policies to address waste water pollution from point sources in selected European countries. The contractor who will be awarded the contract will undertake this study.

The following tasks are foreseen:

Task 1. Identification of countries for the evaluation.

The contractor shall make an assessment of:
a) the availability of and the access to information in European countries on economic and other instruments to address waste water pollution from point sources; and
b) the availability of data for indicators of environmental pressures from waste water and related changes in the state of the environment. Based on this assessment, the contractor shall select six to seven EEA member countries for which the evaluation will be undertaken.

Task 2. A detailed qualitative assessment of the use of economic instruments to address waste water pollution from point sources in six to seven European countries.

For each of the countries selected, a detailed qualitative assessment shall be made of the economic instruments put in place since 1970 to address waste water pollution from point sources. The assessment shall include a quantitative assessment of the costs of putting the policies in place and a qualitative analysis of the institutional structures underlying the policies.

Making use of the country assessments, a comparative assessment of the economic and other instruments put in place in the countries to address waste water pollution from point sources - including their costs and the related institutional structures - shall be made.

Task 3. A quantitative indicator-based assessment of changes in environmental pressures and the state of the environment related to waste water pollution from point sources in the countries selected. The contractor shall undertake an indicator-based assessment of national trends in the period 1970-2002 in the selected countries for waste water pollution from point sources. The assessment shall include the indicators Biological Oxygen Demand (BOD) and Chemical Oxygen Demand (COD), and for those years for which data is available also emissions of heavy metals, nitrogen, phosphates and water use by industry. It shall also include key state of the environment trends related to pressures from waste water pollution.

The contractor shall also undertake a comparative assessment of the trends for each indicator comparing the trends in the countries.

Task 4. Evaluation of the effectiveness of economic instruments to address waste water pollution from point sources in selected European countries.

Based on the activities described above, the contractor shall undertake a qualitative and quantitative evaluation of the environmental effectiveness of economic instruments implemented in the six to seven countries in the period 1970-2002.

The evaluation of the policy effectiveness shall be undertaken at country level and as a comparative assessment comparing the effectiveness of the instruments implemented in the countries selected.

Task 5. Report to the EEA.

The results of the evaluation activities shall be presented in a report to the EEA.

Total quantity or extent:
The winning contractor will be awarded a contract for 10 months.
The maximum budget foreseen is 50 000 EUR (including all costs).
The evaluation report must be delivered to the EEA no later than 10 months after signing of the contract.

A draft report must be delivered no later than seven months after signing of the contract.

3. Delivery to:

Lars Mortensen
EEA/RNC/03/002
Kongens Nytorv 6
DK-1050 Copenhagen K
NUTS: DK000, DK001

4.

(a) Reserved for a particular profession:

No.

(b) Law, regulation or administrative provision:

-

(c) Obligation to mention the names and qualification of personnel:

Yes.

5. Division into lots:

No.

6. Variants:

No.

7. Time limits for completion or duration of the contract, for starting or providing the service:

10 months.

8.

(a) Documents from:

European Environment Agency
Att: Charlotta Colliander
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 02
Fax: 0045 33 36 72 93
E-mail: charlotta.colliander@eea.eu.int
URL: http://org.eea.eu.int

(b) Requests not later than:

-

(c) Fee:

-

9.

(a) Deadline for receipt of tenders:

30.6.2003 (16:00)

(b) Address:

European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K

(c) Language(s):

Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish.

10.

(a) Opening of tenders (persons admitted):

European Environment Agency's representatives and one representative of each tenderer. Please inform Mr Lars Mortensen by separate mail if you wish to attend the opening.

(b) Date, time and place:

9.7.2003 (10:30)
European Environment Agency
Kongens Nytorv 6
DK-1050 Copenhagen K

11. Deposits and guarantees:

-

12. Financing and payment:

- Prices must be quoted in euro; - prices must be fixed amounts; - estimated travel and subsistence expenses must be indicated separately in the breakdown of costs.
The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.
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 your company's own terms of business.

13. Legal form in case of group bidders:

-

14. Qualifications:

Legal status:

proof of the legal status may be furnished by the following documents:
- an identification sheet (name or business name, legal status, contact person, bank account, etc.);
- where applicable, references of inscription in the VAT-register;
- where applicable, references of inscription in the trade register.

Financial capacity:

proof of economic and financial capacity may be furnished by one 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 year 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.

Technical capacity:

evidence of the technical and professional capacity may be furnished by the following documents:
a) the educational and professional qualifications of the service provider or contractor and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services or carrying out the works (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of environmental policy and in particular of policy effectiveness evaluation and instruments to address waste water pollution in European countries);
b) a description of the measures employed to ensure the quality of services;
c) a list of the principal services provided in the last year 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.

15. Tenders may lapse after:

6 months.

16. Award criteria:

The most economically advantageous tender as stated below.
Proven experience in undertaking and publishing high quality policy effectiveness evaluations related to policies to address waste water pollution in European countries (35). Solid knowledge and understanding of waste water policies in European countries, incl. of their costs and the institutional frameworks within which the policies are implemented (10). Solid knowledge and understanding of the environmental pressures that result from waste water pollution in Europe (10). Soundness of the methodological approach (10). Competence of working team, as appearing from CVs (10). Practicality and completeness of the work plan proposed (5). Price (20).

17. Other information:

Address from which further information can be obtained:

European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 88
Fax: 0045 33 36 72 93
E-mail: lars.mortensen@eea.eu.int
URL: http://org.eea.eu.int

Type of procedure: open procedure.

Address from which further information can be obtained:

European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 88
Fax: 0045 33 36 72 93
E-mail: lars.mortensen@eea.eu.int
URL: http://org.eea.eu.int

The tender documents can be obtained from the European Environment Agency in 3 ways:

(1) by down-loading all tender documents from the EEA website
(2) by sending a fax request 0045 33 36 72 93 to Lars Mortensen
(3) by sending a request by letter or e-mail (lars.mortensen@eea.eu.int)
to Mr Lars Mortensen, EEA, Kongens Nytorv 6, DK-1050 Copenhagen K.

The tender documents include all relevant information (e.g. how to submit tenders, description of the work, forms, etc.).
In the awarding criteria the price will be valued as follows: 20 points for the cheapest offer, 0 points for the most expensive offer, whereas offers with prices in between will be valued pro rata.

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)) applies to the tenderer.

18. Date of pre-information publication:

-

19. Notice postmarked:

7.5.2003

20. Notice received on:

7.5.2003

21. Covered by the GPA agreement:

Yes.


Download documents:

Annex I: Procedure for submitting an offer for Tender EEA/RNC/03/002

Annex II: Terms of reference

Annex III: Identification sheet

Annex IV: Service contract

Annex V: General terms and conditions

Annex VI: Reimbursement of travel expenses

Annex VII: Checklist for submitting an offer


Annexes I - VII



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