next
previous
items

EEA/EAS/2004/005 - Preparation of a reporting mechanism under Directive 200/49/EC relating to the assessment and management of environmental noise

Call For Tender Published 16 Jun 2004

DK-Copenhagen: preparation of a reporting mechanism under Directive 200/49/EC relating to the assessment and management of environmental noise

2004/S 121-101626

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, Mr Peder Jensen, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 0045 33 36 7234 . Fax: 0045 33 36 7197. E-mail: peder.jensen@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:  As in I.1.

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:  Preparation of a reporting mechanism under Directive 2002/49/EC relating to the assessment and management of environmental noise.

II.1.6)

Description/object of the contract:  In order to ensure that the data provided under the Environmental Noise Directive 2002/49/EC is as accurate and harmonised as possible, the European Environment Agency in close cooperation with Commission services plans to develop a reporting mechanism for use by Member States. The scope for the present contract covers the preparation of a questionnaire covering all the reporting requirements from Member States to the Commission as laid down in Directive 2002/49/EC, the provision of guidance on the use of such a questionnaire. The work should be carried out in close cooperation with the European Commission working group "Assessment of exposure to noise", whose tasks cover inter alia the provision of guidance on strategic noise mapping and the issue of data reporting under the Environmental Noise Directive. While some of the reporting requirements of the Environmental Noise Directive appear to be quite straightforward (e.g. list of infrastructures covered by the Directive), some other may be more problematic, in particular with respect to the Annex VI requirements considering the possible differences in accuracy and comparability between Member States. This will mainly be the case for the data derived from strategic noise maps, and particular attention should therefore be paid to the possibilities to provide the relevant metainformation on strategic noise mapping techniques. As part of this process, the successful tenderer shall carry out sensitivity tests to determine what effect inadequacies and inaccuracies in the different types of data will produce in strategic noise maps and related exposure data to be reported.

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):  30231110.

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
II.2.2)

Options
II.3)

Duration of the contract or time limit for completion:  8 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 (if applicable)
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 (if applicable)
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?

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):  Notice number in OJ content list: 2004/S 104-,084521 of 28.5.2004.

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:
Award criteria
1. Understanding: this criterion is used to assess whether candidates have taken into consideration all of the aspects of the tasks required, such as they appear above, as well as of the contents of the proposed end product.
2. Methodology: the degree to which the methodology shows the capacity to resolve the questions underlying in the tender in a realistic and well-structured way, as well as whether the methods proposed are suited to the needs set out in the technical annex.
3. Project management: this criterion relates to the quality of project planning and organisation of the team with a view to managing a project of this nature. The points system used to evaluate the award criteria is the following:
Points: A maximum of 20 points shall be attributed to criterion 1, 30 points to criterion 2 and 30 points to criterion 3. Selected companies will have to score a minimum of 10 points for criteria 1 and 20 points for criteria 2 & 3 with a minimum total of 50 points.
Price: The bid offering the best value for money will be chosen, providing the minimum number of points is achieved. This is calculated by dividing the price by the number of points awarded.
In descending order of priority: No.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  EEA/EAS/2004/005.

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 finacial 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:  16.6.2004.

Annex A

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 Annex re noise final

Annex I - EEA standard service contract

Annex II - General terms and conditions applicable to contracts awarded by the EEA.pdf

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