next
previous
items

EEA/EAS/2004/008 - Preparation of user-friendly report presenting European-level forest types serving as a tool to assess the state and development of biological diversity - a user guide

Call For Tender Published 16 Jul 2004

DK-Copenhagen: preparation of user-friendly report presenting European-level forest types serving as a tool to assess the state and development of biological diversity - a user guide

2004/S 145-124476

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, Att.: Mr Tor-Björn Larsson, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 71 20. Fax: +45 33 36 71 51. E-mail: Tor-Björn.Larsson@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:  See Annex A

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 user-friendly report presenting European-level forest types serving as a tool to assess the state and development of biological diversity - a user guide.

II.1.6)

Description/object of the contract:  Description of the contract:
The overall aim of the work is to present european-level forest types serving as a tool to assess the state and development of biological diversity. This should serve European and national organisations involved in European policy for the sustainable management of forests as well as a basis for practical implementation at different levels.

This includes for the 2004 contract:
- presenting a synthesis, structuring available information analysing the usefulness of European forest types for biodiversity assessment and selected indicators.

And for a possible renewed contract in 2005:
- elaborating detailed descriptions of each forest type with respect to the actual and potential distribution in Europe, actual and potential tree species compositions and other structural, biological and functional characteristics, including silviculture and other human impact;
- elaborating user-guide drafts processing consultation comments;
- presenting a final draft report in a clear and user-friendly format, according to EEA guidelines and including provision of illustrations.

The overall task of the successful tenderer under the 2004 contract is thus to provide a report presenting a synthesis, structuring available information analysing the usefulness of European forest types for biodiversity assessment and selected indicators. A possible renewal of the contract in 2005 should result in a final draft, in a clear and user-friendly format, for European forest types for biodiversity assessment - a user guide.


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):  

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 (including all lots and options, if applicable
II.2.2)

Options). Description and time when they may be exercised
II.3)

Duration of the contract or time limit for completion:  Period: 15 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
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
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? (for negotiated procedure only and if applicable)

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):  

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 (in descending order of priority where possible):

1.1.2 Award criteria
The contract will be awarded to the most advantageous offer taking into account:
- Expertise: the consultants' knowledge of European forest biodiversity in particular with reference to forest types and European-level assessment of forest biodiversity, to the expertise in synthesizing and presenting information, and to producing user-friendly texts as evident from their previous projects and publications/reports;
- Methodology: the degree to which the methodology and detail of the consultants' work plan shows the capacity to provide the required deliverables;
- Project management: based on the quality of the team organisation and project management procedures, which should be clearly outlined in the tender;
- Understanding: the degree to which tenderers have taken into consideration all the aspects of the tasks required by the contract, such as they appear above, as well as the contents of the deliverables; and;
- Value for money: total price and number of working days offered in comparison to overall project output.

Points system:
A points system is used to choose the best tender. The distribution of maximum points to each criterion is as follows:
- 35 points to 'Expertise';
- 30 points to 'Methodology';
- 15 points to 'Project Management';
- 10 points to 'Understanding';
- 10 points to 'Value for money'.
In descending order of priority: No.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  Ref. No EEA/EAS/2004/008

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 financial 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:  16.7.2004.

Annex A

1.2) Address from which further information can be obtained
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 Specification User guide forest types

Annex I - Model for standard study contract

Annex II - General terms and conditions applicable to contracts awarded by the EEA (version 130404)

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