next
previous
items

Closed calls for tenders

EEA/BSS/06/009 - Building environmental scenarios through participatory methods, facilitating workshops and capacity building

Call For Tender Published 10 Oct 2006

DK-Copenhagen: building environmental scenarios through participatory methods, facilitating workshops and capacity building

2006/S 214-228679

Contract notice

Services


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Stéphane Isoard, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point: European Environment Agency. Tel.  (45) 33 36 72 84. Fax  (45) 33 36 72 93. E-mail: stephane.isoard@eea.europa.eu

Internet address(es):

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


Address of the buyer profile: http://www.eea.europa.eu/.


Further information can be obtained from:

the above-mentioned contact point(s).


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

European Environment Agency, attn: Ms Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point: European Environment Agency. Tel (45) 33 36 71 06. Fax (45) 33 36 72 74. E-mail: procurement@eea.europa.eu URL: http://www.eea.europa.eu/.


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:  
Building environmental scenarios through participatory methods, facilitating workshops and capacity building.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category: No 27.
 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: 24 months.
 II.1.5)
Short description of the contract or purchase(s):  
The EEA seeks to enter into a framework contract with the purpose of receiving assistance in:
a) building environmental scenarios through participatory methods;
b) facilitating workshops; and
c) capacity building in area (a) within the EIONET (European Environment Information and Observation Network).
Possible areas of work include, among others, demographic changes, sustainable consumption and/or innovation, and emerging technologies.
 II.1.6)
Common procurement vocabulary (CPV):  
93000000.
 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.3)
Duration of the contract or time-limit for completion:  
Duration: 24 months from the award of the contract.

Section III: Legal, economic, financial and technical information
 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:
Tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted of an environmental offence in the exercise of their profession;
(g) following another procurement procedure 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.
Tenderers must certify that they are not in 1 of the situations listed above. 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 apply to the tenderer (See Annex 1).
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Legal capacity:
Any tenderer will be asked to prove that he is 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. The tenderer should provide an identification sheet (Annex 2) 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.
 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) the educational and professional qualifications of the tenderer and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (CVs of the proposed staff);
(b) a list of principal services provided in the past 3 years, with sums, dates and recipients, public or private;
(c) a description of the measures employed to ensure the quality of supplies and services, and a description of the firm's study and research facilities;
(d) an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
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:  
EEA/BSS/06/009.
 IV.3.2)
Previous publication(s) concerning the same contract:  
Notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 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:  
22.12.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian 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:  
15.1.2007 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the opening. Please inform in writing Ms Eva Carlson (eva.carlson@eea.europa.eu)if you wish to attend the opening.

Section VI: Complementary information
 VI.2)
Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3)
Additional information:  
Tender documents are available for downloading on the EEA's Internet page at: http://www.eea.europa.eu/tenders/calls-for-tenders/open.
 VI.5)
Date of dispatch of this notice:  
30.10.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Reimbursement of Travel Expenses


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.

EEA/ADS/06/007 - Offsetting the climate impacts of flights

Call For Tender Published 19 Oct 2006

2006/S 207-219960

Contract notice

Services


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Mr Burkhard Huckestein, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point: European Environment Agency. Tel.  (45) 33 36 71 09. Fax  (45) 33 36 71 51. E-mail: burkhard.huckestein@eea.europa.eu

Internet address(es):

General address of the contracting authority: tender documents can be downloaded from the following Internet address: http://www.eea.europa.eu/.


Address of the buyer profile: http://www.eea.europa.eu/.


Further information can be obtained from:

the above mentioned contact point(s).


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

European Environment Agency, attn: Ms Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact: European Environment Agency. Tel (45) 33 36 71 06. E-mail: procurement@eea.europa.eu. Fax (45) 33 36 72 74. URL: http://www.eea.europa.eu/.


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:  
Offsetting the climate impacts of flights.
 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: 12 months.
 II.1.5)
Short description of the contract or purchase(s):  
The EEA has been introducing measures to reduce the need for travel, in particular by air, and to encourage the use of less environmentally harmful transport modes such as rail and other public transport. In 2006, the EEA committed itself to offset the climate impacts of all remaining flights on behalf of the EEA by introducing a carbon credit scheme. The EEA evaluated several options for a carbon credit scheme, including buying allowances from the EU Emission Trading Scheme (ETS). Due to the high allocation of allowances within the ETS’ first trading period, the EEA does not wish to buy ETS allowances for the years 2006 and 2007. Instead, the EEA seeks to buy carbon offsets from a company or institution that provides such offsetting services outside the ETS.
The EEA will be communicating its carbon credit policy widely and will encourage partners and clients to follow its example of offsetting the climate impact of travel activities.
The selected contractor shall ensure a sufficient level of activities to offset the aggregated climate impact of all flights on behalf of the EEA for the years 2006 and 2007. This applies to around 4,000 flights a year, mostly within Europe. The contractor shall provide transparent information about the offsetting activities and their proper implementation.
The result of this call for tender may also be used by other European institutions/agencies to buy carbon offsets.
 II.1.6)
Common procurement vocabulary (CPV):  
93000000.
 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.3)
Duration of the contract or time-limit for completion:  
12 months (from the award of the contract).

Section III: Legal, economic, financial and technical information
 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:
Candidates or tenderers shall be excluded if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgement which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the Agency can justify;
(d) 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 or with those of the country of the Agency or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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 the contractual obligations.
(h) they are subject to a conflict of interest;
(i) they are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Candidates or tenderers must certify that they are not in one of the situations listed above. 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 apply to the tenderer (see Annex 1).
Legal Capacity
Any tenderer will be asked to prove that she or he is authorised to perform the contract under national law, as evidenced by inclusion in a trade or professional register, a sworn declaration or certificate, membership of a specific organisation, express authorisation, or entry in the VAT register.
The tenderer should provide an identification sheet (Annex 2) duly filled out and signed, a copy of an inscription in a trade register, where applicable, and a copy of an inscription in a VAT register.
 III.2.4)
Reserved contracts:  
No.
 III.3)
Conditions specific to services contracts:  
 III.3.1)
Execution of the service is reserved to a particular profession:  
No.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated below:
criteria; weighting;
1. quality; 65;
2. technical and professional capacity; 10;
3. environmental policy; 5;
4. price; 20.
 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:  
EEA/ADS/06/007.
 IV.3.2)
Previous publication(s) concerning the same contract:  
No.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time-limit for receipt of requests for documents or for accessing documents: 27.11.2006 (16:00).
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
8.12.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Turkish and Romanian.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
6 months (from the date stated for receipt of tender).
 IV.3.8)
Conditions for opening tenders:  
15.12.2006 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the opening. They must inform Mr Burkhard Huckestein in advance by e-mail or letter.

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.3)
Additional information:  
Tender documents are available for downloading on the EEA's Internet page at: http://www.eea.europa.eu/tenders/calls-for-tenders/open.
The result of this call for tender may also be used by other European institutions/agencies to buy carbon offsets.
 VI.5)
Date of dispatch of this notice:  
19.10.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet


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.

EEA/BSS/06/007 - supporting EEA in statistical and probabilistic issues related to spatial integration supporting environmental assessment

Call For Tender Published 25 Aug 2006

DK-Copenhagen: supporting EEA in statistical and probabilistic issues related to spatial integration supporting environmental assessment

2006/S 169-180335

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Philippe Crouzet, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point: European Environment Agency. Tel.  (45) 33 36 71 91. Fax  (45) 33 36 72 93. E-mail: philippe.crouzet@eea.europa.eu.

Internet address(es):

General address of the contracting authority (URL): http://www.eea.europa.eu/main_html/.


Further information can be obtained from:

the above-mentioned contact point(s).


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

European Environment Agency, attn: Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel. (45) 33 36 71 06. Fax (45) 33 36 72 74. E-mail: procurement@eea.europa.eu. URL: http://org.eea.europa.eu/.


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:  
Supporting EEA in statistical and probabilistic issues related to spatial integration supporting environmental assessment.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 8.
Main place of performance: mainly 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:

48 months.


Estimated total value of purchases for the entire duration of the framework agreement:

Estimated value excluding VAT: EUR 200 000.

 II.1.5)
Short description of the contract or purchase(s):  
Developments in EEA tasks necessitate:
a) increasingly frequent use of statistical and probabilistic tools, especially in integration of spatial data; and
b) re-sampling of existing heterogeneous data sets, especially in the accounting of ecosystems and habitats.
The expertise currently available to the EEA, either through core staff or the European Topic Centres (ETCs), covers traditional application of statistics. However, this expertise is not sufficient to address the specific, complex and non-standard questions raised by spatial integration.
The purpose of the framework contract is to reinforce the EEA by providing specialised expertise in the following areas:
— in close cooperation with EEA project managers, identify and define relevant questions,
— suggest and rationalise sound statistical/probabilistic solutions to the defined question,
— suggest ways of implementing solutions, including proxy solutions, if the scientifically-backed solution cannot be implemented in a simple, practical or economical way,
— review and comment on topical solutions and reports.
 II.1.6)
Common procurement vocabulary (CPV):  
73200000.
 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
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 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
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject  
 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:
Tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted of an environmental offence in the exercise of their profession;
(g) following another procurement procedure 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.
Tenderers must certify that they are not in 1 of the situations listed above. 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 apply to the tenderer (see Annex 1).
Potential contractors may be requested, at a later stage, to certify that they are not in 1 of the situations listed above by providing:
i) for points (a), (b) and (e) a recent extract from the judicial record or, failing that, a recent equivalent document issued by a judicial or administrative authority in the country of origin or provenance showing that those requirements are satisfied, must be provided;
ii) for point (d) a recent certificate issued by the competent authority of the State concerned must be provided. Where no such certificate is issued in the country concerned, it may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a notary or a qualified professional body in his country of origin or provenance.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Any tenderer will be asked to prove that he is 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.
The tenderer should provide an identification sheet (Annex 2) 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) the educational and professional qualifications of the tenderer and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (CVs of the proposed staff);
(b) a list of principal services provided in the past 3 years, with sums, dates and recipients, public or private;
(c) a description of the measures employed to ensure the quality of supplies and services, and a description of the firm's study and research facilities;
(d) an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services contracts:  
No.
 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
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:  
EEA/BSS/06/007
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time limit for receipt of requests for documents or for accessing documents:
4.10.2006 (16:00).
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
16.10.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
Date: 23.10.2006 (11:00).
Place: EEA's premises.
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the tender opening. They are requested to inform Ms Eva Carlson (eva.carlson@eea.europa.eu) or Mr Philippe Crouzet (philippe.crouzet@eea.europa.eu) in advance by e-mail or letter (fax (45) 33 36 71 99).

Section VI: Complementary information
 VI.2)
Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3)
Additional information  
Tender documents can be downloaded from the EEA Internet page: http://org.eea.europa.eu/tenders/open.html.
 VI.4)
Procedures for appeal
 VI.5)
Date of dispatch of this notice:  
25.8.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Travel Expenses

Annex IV - Sample problems


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.

EEA/CCA/06/002 - Editing and media-related work for the European Environment Agency

Call For Tender Published 03 Aug 2006

DK-Copenhagen: editing and media-related work for the European Environment Agency

2006/S 118-125101

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Mr Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 72 03. Fax  (45) 33 36 72 95. E-mail: ove.caspersen@eea.europa.eu.

Internet address(es):

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


Further information can be obtained from:

As in above-mentioned contact point(s).


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

European Environment Agency, attn: Eugenia Brad, contact point(s): Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 06. Fax  (45) 33 36 72 74. E-mail: procurement@eea.europa.eu. URL:http://www.eea.europa.eu


Tenders or requests to participate must be sent to:

As in 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:  
Editing and Media-Related Work for the European Environment Agency
 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: both EEA's offices and 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: 48 months.
Estimated total value of the purchases for the entire duration of the framework agreement: Estimated value, excluding VAT: EUR 600 000.
 II.1.5)
Short description of the contract or purchase(s):  
To establish a framework contract with 1 or 2 service provider/s who can undertake editing and media related work. The service provider will in particular be needed in periods when the organisation's in-house resources in these areas are strained.
 II.1.6)
Common procurement vocabulary (CPV):  
93000000.
 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:  
Estimated value, excluding VAT: EUR 600 000.
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 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
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject  
 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:
Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Candidates or tenderers must certify that they are not in one of the situations listed above. 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 apply to the tenderer (see annex 1). N.B. additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
The tenderer is requested to prove that he is 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. The tenderer should also provide an identification sheet (Annex 2) duly filled out and signed.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by 1 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 two 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,
— a statement of overall turnover for the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers, justified, the tenderer or candidate 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
The evidence of the technical and professional capacity should be furnished on the basis of the following documents:
— the educational and professional qualifications of the service provider and/or those of the firm's managerial staff and, in particular, those of the persons responsible for providing the services (CVs of the proposed staff). Tenders from consortiums of firms or groups of service providers must specify the role, qualifications and experience of each of the members or of the group,
— a list of the comparable services provided in the past 3 years, with the sums, dates and recipients, public or private,
— information on the tenderer's working languages and proof of the tenderer's ability to submit products in English,
— an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
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:  
EEA/CCA/06/002
 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:  
18.9.2006.
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish. Bulgarian, Icelandic, Norwegian, Romanian, Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
Date: 25.9.2006 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Representative of the tenderers are allowed to participate in the opening. They are requested to inform Mr Ove Caspersen in advance, by e-mail: ove.caspersen@eea.europa.eu or letter: fax: (45) 33 36 72 95.

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.3)
Additional information:
 VI.5)
Date of dispatch of this notice:  
3.8.2006.

Annex B (1) — Information about lots

Lot No 1

Title: Editing
 1)
Short description:  
The work is planned to essentially focus on:
— editing of manuscripts for EEA reports in close collaboration with the EEA project manager responsible for the product. To get the messages across as effectively as possibly, texts have to be made readable and transparent.
Manuscripts are frequently drafted by more than one author, and by non-native English speakers. Important tasks for an editor are therefore to ensure good quality of the language — and a consistent writing style throughout the document.
— Language quality-control of material drafted by non-native English speakers of the communications team.
— Edit material for the web.
 2)
Common procurement vocabulary (CPV):  
93000000.
 3)
Quantity or scope
 4)
Indication about different date for duration of contract or starting/completion
 5)
Additional information about lots

Annex B (2) — Information about lots

Lot No 2

Title: Media related work
 1)
Short description:  
The work is planned to essentially focus on:
— drafting of highlights for the EEA web site on the basis of written material, web sources and conversations/interviews with Agency staff and other,
— drafting of press releases on the basis of written material, web sources and conversations/interviews with Agency staff and other,
— support the communications team with the preparation and execution of press seminars at the EEA or other venues,
— managing of and support with press conferences at the EEA and other venues,
— respond to media inquiries for information,
— assist in monitoring of the media coverage of the EEA.
 2)
Common procurement vocabulary (CPV):  
93000000.
 3)
Quantity or scope
 4)
Indication about different date for duration of contract or starting/completion
 5)
Additional information about lots


Download


Invitation to Tender_Editing and Media Work.pdf

Tender Specifications_Editing and Media Work.pdf

Draft Framework Service Contract_Editing and Media Work.pdf

TS Annex 1 - Declaration on Exclusion Criteria.pdf

TS Annex 2 - Identification Sheet.pdf

TS Annex 3a - Price List Lot 1 Editing.pdf

TS Annex 3b - Price List Lot 2 Media services.pdf

TS Annex 4 - Sample Tasks_Editing and Media Work.pdf


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.

EEA/EAS/06/003 - Expert assistance in the area of transport, emissions and environment

Call For Tender Published 24 Jul 2006

DK-Copenhagen: expert assistance in the area of transport, emissions and environment

2006/S 148-159073

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Peder Jensen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 35. Fax:  (45) 33 36 71 51. E-mail: peder.jensen@eea.europa.eu.

Internet address(es):

General address of the contracting authority (URL): http://www.eea.europa.eu/main_html/.


Further information can be obtained from:

As in above-mentioned contact point(s).


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

European Environment Agency, attn: Eugenia Brad, contact point(s): Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel. (45) 33 36 71 06. Fax (45) 33 36 72 74. E-mail: procurement@eea.europa.eu. URL: http://www.eea.europa.eu/main_html/.


Tenders or requests to participate must be sent to:

As in 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:  
Expert assistance in the area of transport, emissions and environment.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category: No 8.
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:

48 months.

 II.1.5)
Short description of the contract or purchase(s):  
EEA is looking to sign a framework agreement with a company/consortium to support this work in the areas of data collection, data analysis, assessment and reporting. Data collection is to a large extent handled via agreements with such organisations as Eurostat, OECD, UNECE, etc., but in many cases these data sets needs to be complemented with detailed national studies and case stories in order to provide a more comprehensive picture of the state of the environment, development directions and needs for policy. The consultant will therefore be asked to compile and extract relevant data from the central sources and from national studies into Excel sheets in preparation for analysis.
Data analysis and assessment entails converting data into relevant information on the drivers for development, pressures on the environment, state of the environment, impacts from transport and the response of society. The process requires a great deal of dialogue with the EEA project managers.
Reporting requires turning information into concise and relevant products (reports, fact sheets, presentations, briefings, etc.) with a strong focus on the recipients. EEA places a high emphasis on ensuring that products are adapted to the needs of users.
 II.1.6)
Common procurement vocabulary (CPV):  
73200000.
 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:  
 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:  
Duration: 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  
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded  
 III.1.4)
Other particular conditions to which the performance of the contract is subject  
 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:
Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata;
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Candidates or tenderers must certify that they are not in one of the situations listed above. 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 apply to the tenderer (see annex 1). N.B. additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
The tenderer is requested to prove that he is 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. The tenderer should provide an identification sheet (annex 2) duly filled out and signed, a copy of inscription in 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:
Evidence of economic and financial capacity shall be furnished by 1 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 two 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,
— a statement of overall turnover for the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers, justified, the tenderer or candidate 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
The evidence of the technical and professional capacity should be furnished on the basis of the following documents:
— the educational and professional qualifications of the service provider and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (CVs of the proposed staff),
— a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private,
— an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts:  
 III.3)
Conditions specific to services contracts:  
No.
 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
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:  
EEA/EAS/06/003
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice: notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
4.9.2006 (16:00).
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
15.9.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Bulgarian, Icelandic, Norwegian, Romanian, Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
Date: 25.9.2006 (11:00).
Place: EEA's premises.
Persons authorised to be present at the opening of tenders: yes.
Tenderer's representatives are allowed to participate in the opening. They are requested to inform in advance Mr Peder Jensen by email or letter.

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.3)
Additional information  
 VI.4)
Procedures for appeal
 VI.4.2)
Lodging of appeals  
 VI.4.3)
Service from which information about the lodging of appeals may be obtained  
 VI.5)
Date of dispatch of this notice:  
24.7.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet


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.

EEA/ADS/06/005 - Operation of the European Environment Agency's canteen

Call For Tender Published 14 Jul 2006

DK-Copenhagen: operation of the European Environment Agency's canteen

2006/S 140-149949

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Tommi Multala, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 72 04. Fax  (45) 33 36 72 74. E-mail: tommi.multala@eea.europa.eu.

Internet address(es):

General address of the contracting authority (URL):


http://www.eea.europa.eu/main_html/.


Further information can be obtained at:

European Environment Agency, attn: Domingo Zorrilla, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point(s): Domingo Zorrilla. Tel. (45) 33 36 71 11. Fax (45) 33 36 72 72. E-mail: domingo.zorrilla@eea.europa.eu. Internet address (URL): http://www.eea.europa.eu/main_html/.


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

European Environment Agency, attn: Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point(s): Eugenia Brad. Tel. (45) 33 36 71 06. Fax (45) 33 36 72 74. E-mail: eugenia.brad@eea.europa.eu. Internet address (URL): http://www.eea.europa.eu/main_html/


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:  
Operation of the European Environment Agency's canteen.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 17.
Main place of performance: EEA 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: 48 months.
Estimated total value of purchases for the entire duration of the framework agreement:
estimated value excluding VAT: EUR 920 000.
 II.1.5)
Short description of the contract or purchase(s):  
The purpose of the contract is to operate the canteen of the European Environment Agency. The canteen shall be operated by at least 3 professional and experienced cooks, and one dish washer. Their assignment to the canteen shall be subject to the approval of the Agency. Canteen staff must be able to communicate (orally) in English which is the working language of the Agency. The canteen, as a minimum, must be opened from 8:00 to 15:00. The number of potential customers is the Agency staff (approximately 170 persons), consultants (approximately 30) and meeting participants (on average approximately 20 persons per day, although with considerable variations from day to day, but not more than 100 persons per day).
 II.1.6)
Common procurement vocabulary (CPV):  
55510000.
 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
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 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
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject
 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:
Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of their profession;
(g) following another procurement procedure 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.
Candidates or tenderers must certify that they are not in 1 of the situations listed above. 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 apply to the tenderer (see Annex 1).
N.B. additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
The tenderer is requested to prove that he is 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. The tenderer should also provide an identification sheet (Annex 2) duly filled out and signed.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall 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 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,
— a statement of overall turnover for the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers, justified, the tenderer or candidate 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
The evidence of the technical and professional capacity should be furnished on the basis of the following documents:
— the educational and professional qualifications of the service provider and in particular those of the persons responsible for providing the services (CVs of the proposed staff),
— a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private,
— an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated in 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:  
EEA/ADS/06/005
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time-limit for receipt of requests for documents or for accessing documents:
28.7.2006.
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
8.9.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian, and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
Date: 18.9.2006 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the opening. They are requested to inform Tommi Multala in advance by e-mail (tommi.multala@eea.europa.eu) or letter (fax (45) 33 36 72 74).

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.3)
Additional information:  
Tender documents can be downloaded from EEA web page http://org.eea.europa.eu/tenders.
 VI.4)
Procedures for appeal
 VI.5)
Date of dispatch of this notice:  
14.7.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Travel Expenses


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.

EEA/ADS/06/003 - Interim staff for the European Environment Agency

Call For Tender Published 04 Jul 2006

Interim staff for the European Environment Agency

EEA/ADS/06/003

Contract notice


If, for some exceptional reason, which the contracting authority considers justified, the tenderer or candidate 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.

Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Ms Ulla Krantz, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 71. Fax  (45) 33 36 71 97. E-mail: ulla.krantz@eea.europa.eu.

Internet address(es):

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


Further information can be obtained from:

the above-mentioned contact point(s).


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

Can be found at the end of this contract notice.


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:  
Interim staff for the European Environment Agency.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 22.
Main place of performance: EEA 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 operators.
Duration of the framework agreement: 48 months.
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: EUR 1 200 000.
 II.1.5)
Short description of the contract or purchase(s):  
The European Environment Agency foresees the need to contract an employment agency in order to have at its disposal, for limited periods of time, personnel with professional profiles as follows:
- secretarial personnel: bilingual/multilingual secretary,,
- administrative assistants: administrative/financial assistant, assistant in the information centre of the agency,
- service personnel — bilingual/multilingual telephonist/receptionist, messenger.
 II.1.6)
Common procurement vocabulary (CPV):  
74521000.
 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:
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 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
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject  
 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:
Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of their profession;
(g) following another procurement procedure 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.
Candidates or tenderers must certify that they are not in 1 of the situations listed above. 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 apply to the tenderer (See Annex 1).
N.B. Additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Evidence of legal status shall be furnished by copy of documents confirming the tenderer's inclusion in a trade register and/or VAT registration. The tenderer should also provide an identification sheet (Annex 2) duly filled out and signed.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by 1 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 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,
- 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
Confirmation that the tenderer has the technical capacity to carry out the services shall be provided in the tender documents through evidence:
- the educational and professional qualifications of the service provider and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (CVs of the proposed staff),
- a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private,
- an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated below:
criteria; weighting;
1. quality;
2. contract management; 20;
3. environmental policy; 10;
4. price; 35.
 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:  
EEA/ADS/06/003
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice number in OJ: OJ: 2006/S 71-73749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time-limit for receipt of requests for documents or for accessing documents:
25.8.2006 (16:00).  
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
5.9.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
12.9.2006 (11:00).
Place:EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the opening. They are requested to inform Ms Ulla Krantz in advance by e-mail or letter.

Section VI: Complementary information
 VI.3)
Additional information:  
-Tender documents can be downloaded from the EEA web page:http://org.eea.europa.eu/tenders,
- Further information can be obtained also from: procurement@eea.europa.eu
 VI.4)
Procedures for appeal
 VI.5)
Date of dispatch of this notice:  
4.7.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Price List


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.

EEA/ADS/06/004 - Operation of the European Environment Agency's security

Call For Tender Published 11 Jul 2006

DK-Copenhagen: operation of the European Environment Agency's security

2006/S 138-147596

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Tommi Multala, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 72 04. Fax:  (45) 33 36 72 74. E-mail: procurement@eea.europa.eu

Internet address(es):

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


Further information can be obtained from:

European Environment Agency, attn: Domingo Zorrilla, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point: Domingo Zorrilla. Tel. (45) 33 36 71 11. Fax (45) 33 36 72 72. E-mail: domingo.zorrilla@eea.europa.eu URL: http://www.eea.europa.eu/main_html/.


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

European Environment Agency, attn: Eugenia Brad, Kongens Nytorv 6, DK-1050 Copenhagen K. Contact point: Eugenia Brad. Tel. (45) 33 36 71 06. Fax (45) 33 36 72 74. E-mail: procurement@eea.europa.eu URL: http://www.eea.europa.eu/main_html/.


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:  
Operation of the European Environment Agency's security.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 23.
Main place of performance: EEA'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: 48 months.
Estimated total value of purchases for the entire duration of the framework agreement:
estimated value excluding VAT: EUR 960 000.
 II.1.5)
Short description of the contract or purchase(s):  
The purpose of the contract is to operate the security of the European Environment Agency (hereinafter called the 'Agency'). EEA operates in 2 buildings: Kongens Nytorv 6 (approximately 7 200 m2) and Kongens Nytorv 28 (approximately 650 m2), DK-1050 Copenhagen K.
 II.1.6)
Common procurement vocabulary (CPV):  
74610000.
 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:  
The successful tenderer will be offered a framework contract for a period of a maximum of 4 years. On the basis of this framework contract, order forms will be issued detailing the subject, duration, price and implementing conditions.
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 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
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject
 III.2)
Conditions for participation
 III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by 1 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 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,
— a statement of overall turnover for the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers justified, the tenderer or candidate 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
The evidence of technical and professional capacity should be furnished on the basis of the following documents:
— the educational and professional qualifications of the service provider and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (CVs of the proposed staff),
— a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private,
— an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated below:
criteria; weighting:
1) quality; 30;
2) efficiency; 30;
3) environmental policy; 10;
4) price; 30.
 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:  
EEA/ADS/06/004
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time-limit for receipt of requests for documents or for accessing documents:
21.8.2006 (16:00).
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
1.9.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
11.9.2006 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Representatives of tenderers are allowed to participate in the opening. They are requested to inform Mr Tommi Multala in advance by e-mail (tommi.multala@eea.europa.eu) or letter (fax (45) 33 36 72 74).

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.3)
Additional information
 VI.4)
Procedures for appeal
 VI.5)
Date of dispatch of this notice:  
11.7.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Price list


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.

EEA/BSS/06/003 - Developing a calculation module for producing baseline data and indexes of river systems' fragmentation by transversal obstacles

Call For Tender Published 20 Jun 2006

DK-Copenhagen: developing a calculation module for producing baseline data and indexes of river systems' fragmentation by transversal obstacles

2006/S 122-129439

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Philippe Crouzet, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 91. 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/main_html/.


Further information can be obtained from:

the above-mentioned contact point(s).


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:  
Developing a calculation module for producing baseline data and indexes of river systems' fragmentation by transversal obstacles.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 8.
Main place of performance: contractor's premises.
 II.1.3)
The notice involves:  
A public contract.
 II.1.4)
Information on framework agreement
 II.1.5)
Short description of the contract or purchase(s):  
The EEA is progressively implementing the tools capable of producing the data and outcomes required to produce environmental accounts. Regarding water issues, the EEA has installed the Nopolu Système 2 (developed by Beture-Cerec, group Jaakko Poyry) application to stepwise develop its spatial assimilation and integration platform. This application manages disaggregated and aggregated water-related data and catchment issues and produces among others the WIRQ (weighted index of river quality) that is the technical part of the river quality accounts, and is designed to constitute a platform that can contain or serve models.
The next step is to develop the calculation complements to the programme to build fragmentation data and aggregate as indexes. These complements must be considered as extensions of the current water quality accounts developments. This is because:
a) the existing facilities in handling and calculating hydrological data should not be duplicated; and
b) reservoirs are a key component of the resource accounts, currently implemented under Nopolu Système 2.
This call for tender comprises the description of the expected outcomes, the type of data that has to be manipulated and the relevant information about the Nopolu Système 2 platform which constitutes the basis of the expected development.
The development will be carried out by a consultant who will develop, adjust, check and install the 'ad hoc' calculation modules to the current platform.
 II.1.6)
Common procurement vocabulary (CPV):  
73200000.
 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
 II.2)
Quantity or scope of the contract
 II.2.1)
Total quantity or scope:  
Estimated value excluding VAT: EUR 50 000.
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 5 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 financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject
 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:
Tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of their profession;
(g) following another procurement procedure 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.
Tenderers must certify that they are not in 1 of the situations listed above. 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 apply to the tenderer (See Annex 1).
Potential contractors might be requested, at a later stage, to certify that they are not in 1 of the situations listed above by providing:
i) for points (a), (b) and (e) a recent extract from the judicial record, or failing that, a recent equivalent document issued by a judicial or administrative authority in the country of origin or provenance showing that those requirements are satisfied must be provided;
ii) for point (d) a recent certificate issued by the competent authority of the State concerned must be provided.
Where no such certificate is issued in the country concerned, it may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a notary or a qualified professional body in his country of origin or provenance.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Any tenderer must prove that he is 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. The tenderer should provide an identification sheet (Annex 2) 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 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) the educational and 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;
(b) a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private;
(c) a description of the technical equipment and tools to be employed by the firm for performing the service contract;
(d) a description of the measures employed to ensure the quality of supplies and services, and a description of the firm's study and research facilities;
(e) an indication of the technicians or technical bodies involved, whether or not belonging directly to the firm, especially those responsible for quality control;
(f) a statement of the average annual manpower and the number of managerial staff of the contractor in the last 3 years;
(g) an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
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:  
EEA/BSS/06/003
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Time-limit for receipt of requests for documents or for accessing documents:
31.7.2006 (16:00).
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
11.8.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
21.8.2006 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the opening. They are requested to inform Mr Philippe Crouzet or Ms Eva Carlson in advance by e-mail or letter.

Section VI: Complementary information
 VI.2)
Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3)
Additional information:  
The interested bidders can download the tender documents from http://org.eea.europa.eu/tenders.
 VI.4)
Procedures for appeal
 VI.5)
Date of dispatch of this notice:  
20.6.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Travel Expenses


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.

EEA/IDS/06/002 - Provision of IT consultancy services

Call For Tender Published 12 Jun 2006

DK-Copenhagen: provision of IT consultancy services

2006/S 118-125101

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 71. Fax  (45) 33 36 71 97. E-mail: linda.jandrup@eea.europa.eu.

Internet address(es):

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


Further information can be obtained from:

the above-mentioned contact point(s).


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

Can be found at the end of this contract notice.


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:  
Provision of IT consultancy services.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 7.
Main place of performance: EEA's offices and 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 several operators.
Number of participants to the framework agreement envisaged: 3.
Duration of the framework agreement: 24 months.
 II.1.5)
Short description of the contract or purchase(s):  
The purpose of this call for tender is to establish 3 framework contracts with companies that offer a wide spectrum of IT and IT-related services. At least 6 of the 8 areas of expertise listed below have to be covered:
- web development and content management,
- multimedia production and graphical design,
- Linux management,
- Linux system development,
- Windows development,
- Windows management,
- data and information management,
- geographic information systems.
 II.1.6)
Common procurement vocabulary (CPV):  
72000000.
 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:  
The amount of work under the 3 framework contracts is estimated to equal 5 to 8 full-time consultants per year.
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 24 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 financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject  
 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:
Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of their profession;
(g) following another procurement procedure 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.
Candidates or tenderers must certify that they are not in 1 of the situations listed above. 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 apply to the tenderer (See Annex 1).
N.B. Additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Evidence of legal status shall be furnished by copy of documents confirming the tenderer's inclusion in a trade register and/or VAT registration. The tenderer should also provide an identification sheet (Annex 2) duly filled out and signed.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by 1 or more of the following documents. If you cannot provide these references please prove your economic and financial capacity by means of other documentation available to you, and explain why you cannot present the requested information:
- 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 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,
- 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
Confirmation that the tenderer has the technical capacity to carry out the services shall be provided in the tender documents through evidence:
- that the business activity of the company is relevant from the standpoint of the task in question by listing the principal services provided and supplies delivered in the past 3 years, with the sums, dates and recipients, public or private,
- of the service provider's educational and professional qualifications and/or those of the firm's managerial staff and, in particular those of the persons responsible for providing the services,
- of the service provider's average annual manpower and the number of managerial staff for the last 3 years.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
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:  
EEA/IDS/06/002
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 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:  
31.7.2006.
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
7.8.2006 (11:00).
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the opening. They are requested to inform Linda Jandrup in advance by e-mail or letter.

Section VI: Complementary information
 VI.2)
Contract related to a project and/or programme financed by EU funds
 VI.3)
Additional information:  
- Interested bidders can download the tender documents from http://org.eea.europa.eu/tenders,
- the framework contracts will be valid for a period of 2 years from the date of signature, with the option of renewing them twice for a period of 1 year each. Based on these, specific contracts will be issued detailing the individual tasks to be undertaken.
 VI.4)
Procedures for appeal
 VI.4.1)
Body responsible for appeal procedures
 VI.4.2)
Lodging of appeals
 VI.4.3)
Service from which information about the lodging of appeals may be obtained
 VI.5)
Date of dispatch of this notice:  
12.6.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Travel Expenses

Annex IV- Price List


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.

EEA/EAS/06/002 - Agri-environmental research consultancy services

Call For Tender Published 24 May 2006

DK-Copenhagen: agri-environmental research consultancy services

2006/S 104-110731

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Jan-Erik Petersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 33. Fax  (45) 33 36 71 51. E-mail: jan-erik.petersen@eea.europa.eu.

Internet address(es):

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


Further information can be obtained from:

As in the above-mentioned contact point(s).


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

As in the above-mentioned contact point(s).


Tenders or requests to participate must be sent to:

As in 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:  
Agri-environmental research consultancy services
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 11.
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 months.
Estimated total value of purchases for the entire duration of the framework agreement:
Range between EUR 86 000 and EUR 400 000.
 II.1.5)
Short description of the contract or purchase(s):  
Support in the updating and extension to EU-27 of a selected number of agri-environment indicators, with particular emphasis on gross nutrient balance (N + P), policy response information and biodiversity related indicators.
Support in identifying and compiling data on farm management practices of relevance to EEA projects (LARA, HNV farmland, Natura 2000, land use accounting).
Help with the integration of geo-referenced biodiversity and other data, as far as needed in addition to in-house resources.
Provide analytical support on environmentally compatible bioenergy resources.
General assistance with regard to analysis of relevant research literature, links to EU research projects etc.
 II.1.6)
Common procurement vocabulary (CPV):  
73210000.
 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:  
Range: between EUR 86 000 and EUR 400 000.
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 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
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 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:
the tenderer is requested to prove that he is 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,
the tenderer should provide an identification sheet (Annex 2) duly filled out and signed, a copy of inscription in 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:
Evidence of economic and financial capacity shall be furnished by 1 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 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,
— a statement of overall turnover for the last 3 financial years.
If, for some exceptional reason, which the contracting authority considers justified, the tenderer or candidate 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
the evidence of the technical and professional capacity should be furnished on the basis of the following documents:
— the educational and professional qualifications of the service provider and/or those of the firm's managerial staff and, in particular, those of the person or persons responsible for providing the services (CVs of the proposed staff),
— a list of the principal services provided in the past 3 years, with the sums, dates and recipients, public or private,
— an indication of the proportion of the contract which the service provider may intend to subcontract.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated below:
criteria; weighting:
1. expertise; 25;
2. approach; 25;
3. project management; 15;
4. understanding; 15;
5. price; 15;
6. environmental policy; 5.
 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:  
EEA/EAS/06/002
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice. Notice number in OJ: 2006/S 071-073749 of 12.4.2006.
 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:  
14.7.2006 (16:00).
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
 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:  
24.7.2006 (11:00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
Representative of tenderers.

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.3)
Additional information
 VI.4)
Procedures for appeal
 VI.4.1)
Body responsible for appeal procedures
 VI.4.2)
Lodging of appeals
 VI.4.3)
Service from which information about the lodging of appeals may be obtained
 VI.5)
Date of dispatch of this notice:  
24.5.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet


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.

Call for expressions of interest (CEI)

Call For Tender Published 02 Jun 2003

Call for expressions of interest (CEI)


DK-Copenhagen: Services in the field of scenarios

2003/S 111-099148


EEA/SDI/2003/001


1. Awarding authority:


European Environment Agency (EEA)
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark
Tel.: +45 33 36 71 00
Fax: +45 33 36 71 99
E-mail: sdi-cei@eea.eu.int


2. Type:


Call for expressions of interest. Legal or natural persons who are insterested in having their name entered on a list of potential contractors are invited to submit an application in accordance with the rules set out below.
The awarding authority will draw up a list of potential contractors who meet the criteria set out in points 7 and 8 below.
For each specific contract relating to the fields described in point 3, the awarding authority will send the specifications to all the potential contractors on the list or to some of them, selected on the basis of special criteria for the contract concerned.
The list will be divided into two sub-lists, each corresponding to one of the fields referred to in point 3.


3. Fields covered by this CEI:


Applicants must clearly mention for which of the following fields they are applying.


(a) Development and analysis of environmental scenarios that combine qualitative and quantitative information.


Tasks include:


- to provide support to the organization, moderation, and compilation of the outcomes of stakeholder meetings aimed at developing environmental scenarios;
- to provide support to developing, drafting and writing (narrative) scenario storylines of environmental scenarios based on the outcomes of stakeholder meetings and the results of mathematical modelling exercises;
- to provide support in translating qualitative information to quantitative information and vice versa.


(b) Quantification and mathematical modelling of land use/land cover changes and their effects on the environment (including biodiversity, landscape identity, water quality, flooding, greenhouse gas emissions, and/or soil erosion).


4. Types of contracts covered by this CEI:


- Study contracts.
- Service contracts.
- Technical assistance contracts.


5. Validity:


The compiled list will remain valid for 3 years from the date of dispatch of this notice for publication, i.e. 2.6.2003. Applications may be submitted at any time during this period with the exception of the last three months of this period.


6. Submission of applications:


(a) Applications should be sent by registered mail, by courier or hand delivery to:
European Environment Agency (EEA)
Call for expressions of interest No EEA/SDI/2003/001
Kongens Nytorv 6
DK-1050 Copenhagen K.


(b) Applicants must apply using the standard application form which is available upon request, as at point 1, or can be found on the EEA website http://org.eea.eu.int/tenders. The instructions for submission of applications specified in the application form must be followed.


(c) Applications must be presented in the following order and include:
- concerning legal status: administrative information sheet (sheet A) duly completed together with proof of enrolment on a professional or trade register as stipulated by the legislation of the country in which the applicant is established;
- concerning economic and financial capacity: declaration on exclusion criteria (sheet B), together with all additional requested certified documents (as specified in the application form);
- concerning technical and professional capacity: information sheet (sheet C) duly completed (one for each sub-field chosen).


7. Exclusion criteria:


Potential contractors shall be excluded from participation in this call for expressions of interest for the following reasons (please see the application form for further details):


(a) bankruptcy;
(b) conviction of an offence;
(c) serious professional misconduct;
(d) non-fulfilment of social security and/or tax obligations;
(e) fraud, corruption;
(f) serious breach of contract in another procurement or grant award procedure financed by the Community.


Contracts may not be awarded to potential contractors who, during a procurement procedure, are:


(a) subject to a conflict of interest;
(b) guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.


8. Selection criteria:


Potential contractors will be selected according to the following criteria (please see the application form for further details):


(a) technical and professional capacity;
(b) economic and financial capacity;
(c) proof of enrolment on a professional or trade register.


Applicants unable to supply the information required in this point will be excluded.


9. Date of dispatch of the notice:


2.6.2003


10. Date of receipt by the Office for Official Publications of the European Communities:


2.6.2003


Download


• Application form


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.

EEA/IDS/05/002 - Provision of layout services for European Environment Agency

Call For Tender Published 11 Jan 2005

DK-Copenhagen: provision of layout services for European Environment Agency

2006/S 14-014917

Contract notice

Services


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Ms Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.  (45-33) 36 71 00. Fax  (45-33) 36 71 97. E-mail: procurement@eea.eu.int, linda.jandrup@eea.eu.int.

Internet address(es):

General address of the contracting authority: tender documents can be downloaded from the following Internet address: http://org.eea.eu.int/tenders.


Further information can be obtained at:

As in above-mentioned contact point(s).


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

As in above-mentioned contact point(s).


Tenders or requests to participate must be sent to:

As in above-mentioned contact point(s).

 I.2)
Type of the contracting authority and main activity or activities:  
European institution/agency or international organisation.

Section II: Object of the contract
 II.1)
Description
 II.1.1)
Title attributed to the contract by the contracting authority:  
Provision of layout services for European Environment Agency.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category: 27.
Main place of performance: the work will normally take place at the contractor's premises unless otherwise agreed with the Agency.
 II.1.5)
Short description of the contract or purchase(s):  
The objective of this call for tender is to establish a framework agreement with a contractor who can support the publication programme by providing the Agency with the layout services detailed in the tender specifications.
 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:  
The successful company will be offered a framework contract with the Agency for a period of 2 years with the possibility of 2 renewals of 1 year each.
 II.3)
Duration of the contract or time-limit for completion:  
24 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.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:
Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata;
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Candidates or tenderers must certify that they are not in one of the situations listed above. 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 apply to the tenderer (see Annex 1). N.B. additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Legal position — means of proof required:
Evidence of legal status shall be furnished by copy of documents confirming the tenderer's inclusion in a trade register and/or VAT registration.The tenderers should also provide an identification sheet duly filled out and signed.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by one or more of the following documents. If you cannot provide these references please prove your economic and financial capacity by means of other documentation available to you, and explain why you cannot present the requested information.
— 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 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,
— 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
Confirmation that the tenderer has the technical capacity to carry out the services shall be provided in the tender documents through evidence:
— that the business activity of the company is relevant from the standpoint of the task in question by listing the principal services provided and supplies delivered in the past 3 years, with the sums, dates and recipients, public or private,
— of the service provider's educational and professional qualifications and/or those of the firm's managerial staff and, in particular, those of the persons responsible for providing the services,
— a description of the technical equipment and software programs to be employed by the firm for performing the service.
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
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.3)
Administrative information
 IV.3.1)
File reference number attributed by the contracting authority:  
EEA/IDS/05/002
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
3.3.2006 (16.00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Other: EU official languages.
 IV.3.7)
Minimum time-frame during which the tenderer must maintain the tender:  
6 months (from the date stated for receipt of tender).
 IV.3.8)
Conditions for opening tenders:  
13.3.2006 (11.00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes.
EEA's representatives and 1 representative of each tenderer. Please inform Ms Linda Jandrup by separate e-mail if you wish to attend the opening.

Section VI: Complementary information
 VI.2)
Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3)
Additional information:  
Framework agreement: yes.
Non-mandatory notice: yes.
Additional information: this notice replaces the previous contract notice 2005/S 245-241180 published on 21.12.2005 with an incorrect name.
 VI.5)
Date of dispatch of this notice:  
11.1.2006.


Download


Annex 1 - Declaration on Exclusion Criteria

Annex2 - Identification Sheet

Invitation to tender - Layout Services

Tender Specifications - Layout Services

Draft Framework Service Contract - Layout Services


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.

EEA/IDS/05/001 - Printing services

Call For Tender Published 09 Dec 2005

DK-Copenhagen: printing services

2005/S 245-241179

Contract notice

Services


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Ms Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.  (45) 33 36 71 71. Fax  (45) 33 36 71 97. E-mail: linda.jandrup@eea.eu.int, procurement@eea.eu.int.
Internet address(es):
General address of the contracting authority: tender documents can be downloaded from http://org.eea.eu.int/tenders.
Further information can be obtained at: as in above-mentioned contact point(s).
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: as in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: as in above-mentioned contact point(s).
 I.2)
Type of the contracting authority and main activity or activities:  
European institution/agency or international organisation.

Section II: Object of the contract
 II.1)
Description
 II.1.1)
Title attributed to the contract by the contracting authority:  
Provision of Printing Services for European Environment Agency.
 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: the work will take place at the contractor's premises.
 II.1.5)
Short description of the contract or purchase(s):  
The object of this call for tender is to establish a framework contract with a contractor who can provide assistance with all tasks related to printing services.
 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:  
The framework contract will be valid for a period of 2 years from the date of signature, with the option of renewing it twice for a period of 1 year each. Based on this, order forms will be issued detailing the specific tasks to be undertaken.
 II.3)
Duration of the contract or time-limit for completion:  
24 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.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: Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted of an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Candidates or tenderers must certify that they are not in 1 of the situations listed above. 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 apply to the tenderer (See Annex 1). N.B. additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Legal position — means of proof required: evidence of legal status shall be furnished by copy of documents confirming the tenderer's inclusion in a trade register and/or VAT registration. The tenderer should also provide an identification sheet duly filled out and signed.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met: evidence of economic and financial capacity shall be furnished by 1 or more of the following documents. If you cannot provide these references please prove your economic and financial capacity by means of other documentation available to you, and explain why you cannot present the requested information.
— 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 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.
— 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.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met: Confirmation that the tenderer has the technical capacity to carry out the services shall be provided in the tender documents through evidence:
— that the business activity of the company is relevant from the standpoint of the task in question by listing the principal services provided and supplies delivered in the past 3 years, with the sums, dates and recipients, public or private;
— of the service provider's educational and professional qualifications and/or those of the firm's managerial staff and, in particular those of the persons responsible for providing the services;
— of the service provider's average annual manpower and the number of managerial staff for the last 3 years;
— of the appropriateness of the technical equipment, tools and plant to be employed by the firm for performing the contract.
 III.3)
Conditions specific to services 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:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure
 IV.1.1)
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.3)
Administrative information
 IV.3.1)
File reference number attributed by the contracting authority:  
EEA/IDS/05/001.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
31.1.2006 (16.00).
 IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
 IV.3.7)
Minimum time-frame during which the tenderer must maintain the tender:  
6 months (from the date stated for receipt of tender).
 IV.3.8)
Conditions for opening tenders:  
8.2.2006 (11.00).
Place: EEA premises.
Persons authorised to be present at the opening of tenders: yes. EEA's representatives and 1 representative of each tenderer. Please inform Ms. Linda Jandrup by separate e-mail if you wish to attend the opening.

Section VI: Complementary information
 VI.2)
Contract related to a project and/or programme financed by EU funds:  
No.
 VI.3)
Additional information:  
Framework agreement: yes.
Other relevant nomenclature (CPA/NACE/CPC)
Non-mandatory notice: yes.
 VI.5)
Date of dispatch of this notice:  
9.12.2005.


Download


Annex I - Declaration on Exclusion Criteria

Annex 2 - Identification_Sheet

Annex 3 - Price list

Invitation to Tender - Printing Services

Tender Specifications - Printing Serviices

Draft Framework Service Contract - Printing Services


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.

Call for expression of interest

Call For Tender Published 18 Dec 2002

DK-Copenhagen: multiannual programme for scientific and technical assistance in the field of information on the environment

Call for expression of interest

EEA/RNC/004/2002

1. Awarding authority: European Environment Agency (EEA), Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 71 00. Fax: +45 33 36 72 93.

2. Type: Notice of calls for expressions of interest for collaborating in the implementation of the EEA multiannual and annual work programmes in the fields described in point 3, Description. The mission statement of the EEA work mentions: to support sustainable development and to help achieve significant and measurable improvement in Europe's environment through the provision of timely, targeted, relevant and reliable information to policy making agents and the public. The geographic area covered by European Environment Agency projects includes all of western Europe, the candidate countries and the Balkans.
Legal or natural persons wishing to apply for inclusion on the list are invited to do so in accordance with the provisions of this notice.

The awarding authority will include on this list applicants satisfying the administrative provisions and selection criteria in point 6, Administrative provisions and selection criteria.

For each specific contract relating to the fields described in point 3, the awarding authority will send the tender documents and the invitation to tender to restricted number of applicants in the list in question depending on the field of the tender and the technical and professional capacity of the applicants.

3. Description: This call for expression of interest covers the following types of collaboration:

  • technical assistance and provision of services: short and mid-term assistance or service on a specific implementation task or project of a technical nature;
  • studies, advice and expertise: short-term analysis work to explore, appraise or examine a specific area related to the Agency's remit on information provision.

This notice does not cover work to be carried by the European Topic Centres of the Agency, for which different arrangements and procedures apply.

This call for expression of interest concerns the following fields:

technical assistance, provision of services and expert work relating to integrated assessment and reporting:
I. handling of socio-economic data: to help with the collection, handling and storage within the EEA system of socio-economic data required for the Agency's periodical and integrated reporting. In most cases, these data will be collected from Eurostat and other bodies compiling relevant statistics and spatial data on the European level;
II. chemicals and the environment: to contribute to an integrated assessment of problems caused by chemicals in the environment, paying attention to cross-links between environmental (including human health) issues, between factors causing the problem and between policies to tackle the issue. Tasks may include prospective analysis and indicator development;
III. human health and environment: to contribute to an integrated assessment of the relations between environmental issues and human health, paying attention to multifactoral causes of disease, additive/synergistic/antagonistic effects of different exposures, vulnerable groups and integrated approaches to prevention;
IV. noise: to deliver technical reports on availability and suitability of information on noise and noise nuisance for the development of European policies. Tasks may include development of indicators. To contribute to assessment reports, for instance on transport, with information and texts on noise;
V. urban environment: to contribute to the analysis of the urban dimension of environmental problems, and the integrated analysis of urban planning and policies with respect to the environment. To participate for EEA in relevant initiatives, for example in the area of urban indicators;
VI. transport and environment: to contribute to the compilation of assessments (e.g. the making of sectoral indicator-based reports) concerning progress towards the integration of environment into transport policies;
VII. agriculture and environment: to contribute to the compilation of assessments (e.g. the making of sectoral indicator-based reports) concerning progress towards the integration of environment into agriculture policies;
VIII. energy and environment: to contribute to the compilation of assessments (e.g. the making of sectoral indicator-based reports) concerning progress towards the integration of environment into energy policies;
IX. tourism and environment: to contribute to the compilation of assessments (e.g. the making of sectoral indicator-based reports) concerning progress towards the integration of environment into tourism policies;
X. industry and environment: to contribute to the compilation of assessments (e.g. the making of sectoral indicator-based reports) concerning progress towards the integration of environment into industry policies;
XI. households and environment: to contribute to the integrated assessment of the role of households in environmental protection, which includes considerations regarding sustainable production and consumption;
XII. instruments for environmental policy: collection, handling, analysis and storage of information on economic and other instruments for environmental policy as used by the EEA member countries. Analyses of policy effectiveness of specific instruments;
XIII. support to the production of regular state of the environment and indicator reports: support to the production of state of the environment and indicator reports; support to the development of outlines and contents of periodical reports, including sets of indicators, the analysis of data and information required; coordination of the compilation process; organization of reviews; editorial support: assistance to the editing of reports, including consistency and presentation issues (English language);
XIV. data and information management: to contribute to the organizational aspects of 'data flows' and 'data flow modelling', i.e. the analysis and management of the transfers of data and information into, out of, and within the EEA system, and how data is processed and stored, in particular the rules to ensure consistent data sets and tools for efficient transfer and exchange of information between partners according to requirements for analysis and assessment.

The applicants shall clearly mention for which fields they are applying.

4. Validity: The compiled list will remain valid for three years from the date of dispatch of the notice in the Official Journal.

5. Submission: Responses must be sent in triplicate (1 original and 2 copies), indicating the exact reference of this call for expression of interest, to the following address: European Environment Agency, attn: S. Blagoev, Kongens Nytorv 6, DK-1050 Copenhagen K.

6. Administrative provisions and selection criteria:

6.1 The selection criteria for being placed on the list of potential contractors are:

  • evidence of the contractor's financial standing;
  • technical and professional capacity;
  • experience in the selected fields.

Responses must be in the following order and include:

sheet a) concerning status of the applicant:

  • name and corporate name, legal status, address, name and position of contact person, e-mail address to which call for tenders can be sent, VAT number, national insurance number if the applicant is a natural person,
  • proof of enrolment on a professional or trade register under the conditions stipulated by the legislation of the country in which applicant is established,
  • a list of the European Union States and, where applicable, third countries covered by the applicant's proposals/engagements;

sheet b) concerning the applicant's economic and financial capacity:

  • for companies, the presentation of balance sheets or extracts from balance sheets for the past 3 financial years,
  • for individual consultants, the budget for study, advisory works finalized in the past 3 years,
  • for academic institutions, a financial balance of activities relevant to the application for the past 3 years;

sheet c) concerning the technical and professional capacity: provide for each of the fields for which you are qualified to provide services one sheet numbered and with a heading as used in point 3, indicating:

  • the principal actions carried out over the past 3 years in the field chosen (value, dates and recipients),
  • a statement on the company's average manpower over the past 3 years in the field concerned,
  • the academic and professional qualifications of the company's managerial staff and/or of the persons responsible for providing the service in that field,
  • working languages.

Applicant(s) unable to supply the information required in this point will be excluded.

6.2 Responses may be submitted in any official European Union language; a summary of the proposal in English would be appreciated (not compulsory).

6.3 Applicants responding to this notice will be notified of the outcome of their dossiers.

7. Date of dispatch of the notice: 18.12.2002.

8. Date of receipt by the Office for Official Publications of the European Communities: 18.12.2002.

There are currently no items in this folder.

EEA/ADS/05/002 - Purchase, installation and service of AV equipment for the European Environment Agency

Call For Tender Published 19 Aug 2005

DK-Copenhagen: purchase, installation and service of AV equipment for the European Environment Agency

2005/S 167-165786

Contract notice

Supplies



Section I: Contracting authority
I.1)
Official name and address of the contracting authority:
European Environment Agency, attn: Mr Tommi Multala, Kongens Nytorv 6, DK-1050 Copenhagen. Tel. (45) 33 36 71 00. Fax (45) 33 36 72 74. E-mail: procurement@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 institution.

Section II: Object of the contract
II.1)
Description
II.1.3)
Type of supplies contract:
 Purchase.
II.1.4)
Is it a framework agreement?
 Yes.
II.1.5)
Title attributed to the contract by the contracting authority:
 Purchase, installation and service of AV equipment for the European Environment Agency.
II.1.6)
Description/object of the contract:
The European Environment Agency intends to equip several rooms of its headquarters in Copenhagen, Denmark with conference and simultaneous interpreting systems and to replace some of the existing equipment. The Agency is looking for concluding a framework supply contract for purchase of new AV equipment and maintenance of existing one. The selected contractor will deliver and install the equipment, will train EEA staff on how to operate the equipment and will provide yearly service and maintenance.
II.1.7)
Site or location of works, place of delivery or performance:
Place of delivery and servicing is Copenhagen, Denmark, European Environment Agency's premises at Kongens Nytorv 28 and Kongens Nytorv 6.
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?:
 No.
II.2)
Quantity or scope of the contract
II.2.1)
Total quantity or scope
 The contract shall be concluded for a period of 36 months with the possibility of being renewed once, for a period of 12 months. The estimative budget is EUR 800 000 for 4 years.
II.3)
Duration of the contract or time limit for completion:
 36 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.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:
 Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata;
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Exclusion from awarding:
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
III.2.1.1)
Legal position - means of proof required:  
Any tenderer or candidate will be asked to prove that he is 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.
III.2.1.2)
Economic and financial capacity - means of proof required:  
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 supplies and services covered by the contract during a period which may be no more than the last 3 financial years.
III.2.1.3)
Technical capacity - means of proof required:  
The evidence of the technical and professional capacity should be furnished on the basis of the following documents:
(a) the educational and professional qualifications of the persons responsible for providing the service;
(b) a list of the principal services provided and supplies delivered in the past 3 years, with the sums, dates and recipients, public or private;
(c) a description of the firm's qualifications;
(d) an indication of the proportion of the contract which the service provider may intend to subcontract.

Section IV: Procedure
IV.1)
Type of procedure:
 Open.
IV.2)
Award crieria:
 The most economically advantageous tender in terms of criteria as stated in contract documents.
IV.3)
Administrative information
IV.3.1)
Reference number attributed to the file by the contracting authority:
 EEA/ADS/05/002.
IV.3.2)
Conditions for obtaining contractual documents and additional documents
 Obtainable until: 5.10.2005.
IV.3.3)
Time-limit for receipt of tenders or requests to participate:
 11.10.2005 (16.00).
IV.3.5)
Language or languages in which tenders or requests to participate can be drawn up:
 20 official EU languages.
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 (where applicable):
 EEA representatives and 1 representative of each tenderer.
IV.3.7.2)
Date, time and place:
 17.10.2005 (11.00).
EEA, Kongens Nytorv 6, DK-1050 Copenhagen K.

Section VI: Other information
VI.1)
Non-mandatory notice:
 Yes.
VI.3)
The contract relates to a project/programme financed by EU funds:?
 No.
Support to the European Environment Agency data collection in EECCA.
VI.4)
Additional information:
VI.5)
Date of dispatch of this notice:
 19.8.2005.




Download


Annex 1 - Price Schedule

Annex 2 - Declaration on Exclusion Criteria

Annex 3 - Identification Sheet

Invitation to Tender

Tender Specifications

Draft Framework Supply Contract


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.

EEA/SKI/05/001 - European Environment Agency's support to EECCA countries in the field of monitoring of quality and quantity of water resources

Call For Tender Published 28 Jul 2005

DK-Copenhagen: European Environment Agency's support to EECCA countries (Armenia, Azerbaijan, Belarus, Georgia, Kazakhstan, Kyrgyzstan, Moldova, Russian Federation, Tajikistan, Turkmenistan, Ukraine, Uzbekistan) in the field of monitoring of quality and quantity of water resources

2005/S 142-140914

Contract notice

Services



Section I: Contracting authority
I.1)
Official name and address of the contracting authority:
 European Environment Agency, Att: Ms Adriana Gheorghe, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: (45) 33 36 72 05. Fax: (45) 33 36 71 28. E-mail: adriana.gheorghe@eea.eu.int; procurement@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 institution.

Section II: Object of the contract
II.1)
Description
II.1.3)
Type of service contract:
 Service category: 27.
II.1.4)
Is it a framework agreement?
 No.
II.1.5)
Title attributed to the contract by the contracting authority:
 European Environment Agency's support to EECCA countries (Armenia, Azerbaijan, Belarus, Georgia, Kazakhstan, Kyrgyzstan, Moldova, Russian Federation, Tajikistan, Turkmenistan, Ukraine, Uzbekistan) in the field of monitoring of quality and quantity of water resources.
II.1.6)
Description/object of the contract:
The project's objective is to support the electronic exchange of the existing river water quality data available throughout the region using Reportnet tools. Specific activities:
a) assessment needs for priority investments;
b) training and capacity building in the field of water management;
c) support to the 5 selected EECCA countries (Azerbaijan, Belarus, Moldova, Russian Federation and Ukraine) in water reporting;
d) additional data collection in the field of water.
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?:
 No.
II.2)
Quantity or scope of the contract
II.2.1)
Total quantity or scope
 The maximum budget available for work on the above tasks, including travel and subsistence, is EUR 230 000.
II.3)
Duration of the contract or time limit for completion:
 16 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.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:
 Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata;
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Exclusion from awarding:
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
III.2.1.1)
Legal position - means of proof required:  
(a) Identification sheet (see tender documents);
(b) Copy of inscription in trade register, where applicable, and a copy of inscription in VAT registers.
III.2.1.2)
Economic and financial capacity - means of proof required:  
(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 the country in which the economic operator is established;
(c) A statement of overall turnover and turnover concerning the services covered by the contract during a period which may be no more than the last three financial years.
III.2.1.3)
Technical capacity - means of proof required:  
(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;
(b) a list of the principal services provided in the past three years, with the sums, dates and recipients, public or private;
(c) a statement of the service provider's average annual manpower and the number of managerial staff for the last three years;
(d) a description of the service measures for ensuring quality;
(e) an indication of the proportion of the contract which the service provider may intend to subcontract.
III.3)
Conditions specific to services contracts
III.3.1)
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.2)
Award crieria:
 The most economically advantageous tender in terms of criteria as stated in contract documents.
IV.3)
Administrative information
IV.3.1)
Reference number attributed to the file by the contracting authority:
 EEA/SKI/05/001.
IV.3.2)
Conditions for obtaining contractual documents and additional documents
 Obtainable until: 29.8.2005.
IV.3.3)
Time-limit for receipt of tenders or requests to participate:
 5.9.2005.
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:
 English.
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 (where applicable):
 EEA's representatives and one representative of each tenderer. Please inform Ms Adriana Gheorghe by separate e-mail if you wish to attend the opening.
IV.3.7.2)
Date, time and place:
 12.9.2005 (11.00).
EEA premises.

Section VI: Other information
VI.1)
Non-mandatory notice:
 No.
VI.3)
The contract relates to a project/programme financed by EU funds:?
 Yes.
Support to the European Environment Agency data collection in EECCA.
VI.4)
Additional information:
 Suspension clause.
This tender procedure is launched before the signature of the financing agreement between the European Commission and the European Environment Agency. The award of that contract is therefore subject to the conclusion of the financing agreement and the provision of funding. The tender will be annulled if the financing agreement is not signed. < br/>
VI.5)
Date of dispatch of this notice:
 14.7.2005.




Download


Annex 1 - Declaration on Exclusion Criteria

Annex 2 - Identification Sheet

Annex 3 - Reimbursement of travel expenses

Annex 4 - Declaration of Availability

Invitation to Tender TACIS water component

Tender Specifications TACIS water component

Draft Contract TACIS water component


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.

EEA/EAS/05/001 - Study on environmental cross-compliance indicators in the context of the farm advisory system - CIFAS

Call For Tender Published 04 Apr 2005

DK-Copenhagen: study on environmental cross-compliance indicators in the context of the farm advisory system - CIFAS

2005/S 75-071896

Contract notice

Services

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


Section I: Contracting authority


I.1)



Official name and address of the contracting authority:  European Environment Agency, Att: Mr Jan-Erik Petersen, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: (45-3) 336 71 00. Fax: (45-3) 336 71 51. E-mail: jan-erik.petersen@eea.eu.int; procurement@eea.eu.int. URL: http://www.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 institution.



Section II: Object of the contract


II.1)



Description

II.1.1)



Type of works contract

II.1.2)



Type of supplies contract

II.1.3)



Type of service contract:  Service category: 27.


II.1.4)



Is it a framework agreement?  No.


II.1.5)



Title attributed to the contract by the contracting authority:  Study on Environmental Cross-Compliance Indicators in the context of the Farm Advisory System - CIFAS.


II.1.6)



Description/object of the contract: Based on provisions of Council Regulation (EC) No 1782/2003, Member States (MS) are required to define statutory management requirements and minimum standards for good agricultural and environmental condition for the implementation of cross-compliance ('cross-compliance requirements and standards'). The implementation of these requirements and standards is a challenging task that will be supported via farm advisory systems (articles 13 to 16 of Regulation 1782/2003), which Member States have to set up by 1.1.2007.
The general aim of the study is to help the building and the functioning of the above-mentioned farm advisory systems, by contributing to the development of suitable advisory tools, and particularly 'farm level indicators' related to cross-compliance requirements and standards in the area of the environment.
The CIFAS study is financed by the European Commission and managed and coordinated by the EEA.
It will result in 1) a database compiling requirements and standards and other relevant information on the cross-compliance requirements in the domain of the environment, 2) an inventory of the farm advisory tools and systems developed or under development to help farmers meeting these requirements and standards and 3) recommendations concerning farm advisory tools in the domain of the environment relevant to cross compliance.
The aims of the consultancy work are to identify best practices among the farm advisory tools already developed in EU Member States and to prepare proposals for farm advisory tools (based on farm and land management models related to large region and farming system types) that, together with the best practices identified, could be elements to be included in a non-exhaustive guidance for the farm advisory systems to be set up by Member States.
The advisory tools to be developed under the CIFAS study should help with the:
  • identification of current land and farm management practices used by the farmer and relevant for environmental requirements and standards;
  • assessment of the level of achievement of environmental cross-compliance requirements and standards applicable to the farmer concerned;
  • identification of farm practices, which can help to achieve cross-compliance.
To fulfil the aims of the consultancy work, the successful tenderer will collect relevant information about:
  • cross-compliance requirements and standards in the area of the environment, as defined by the EU Member States;
  • environmental farm advisory systems already in place or under development in the EU Member States;
  • farm level indicators and other advisory tools already developed or under development at Member State, regional or local level;
  • the key characteristics of regional farming systems and farm structures in selected Member States.
  • The support required from the successful tenderer is split up into eight different tasks. All written project outputs have to be provided in English.
II.1.7)



Site or location of works, place of delivery or performance:  The contractor will operate from his own premises and the services will be delivered at the address indicated in I.1.


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? (where applicable):  No.


II.2)



Quantity or scope of the contract

II.2.1)



Total quantity or scope  The maximum budget available for work on the above tasks, including travel and subsistence costs, is EUR 130 000.


II.2.2)



Options. Description and time when they may be exercised

II.3)



Duration of the contract or time limit for completion:  13 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):  


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:
 Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata;
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Exclusion from awarding:
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.


III.2.1.1)



Legal position - means of proof required:  
(a) identification sheet (see tender documents);
(b) copy of inscription in trade register, where applicable, and a copy of inscription in VAT registers.


III.2.1.2)



Economic and financial capacity - means of proof required:  
(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 the country in which the economic operator is established;
(c) a statement of overall turnover and turnover concerning the services covered by the contract during a period which may be no more than the last three financial years.


III.2.1.3)



Technical capacity - means of proof required:  
(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;
(b) a list of the principal services provided in the past three years, with the sums, dates and recipients, public or private;
(c) a statement of the service provider's average annual manpower and the number of managerial staff for the last three years;
(d) a description of the service measures for ensuring quality;
(e) an indication of the proportion of the contract which the service provider may intend to subcontract.


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

IV.1.3)



Previous publication concerning the same contract

IV.1.3.1)



Prior information notice concerning the same contract:  

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 in contract documents.


IV.3)



Administrative information

IV.3.1)



Reference number attributed to the file by the contracting authority:  EEA/EAS/05/001.


IV.3.2)



Conditions for obtaining contractual documents and additional documents  Obtainable until: 13.5.2005.


IV.3.3)



Time-limit for receipt of tenders or requests to participate:  52 days from dispatch of notice.
Time: 16.00.


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:  English.


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 (where applicable):  EEA's representatives and one representative of each tenderer. Please inform Mr Jan-Erik Petersen by separate e-mail if you wish to attend the opening.


IV.3.7.2)



Date, time and place:  30.5.2005. Time: 11.00.
Place: EEA premises, address as in I.1.



Section VI: Other information


VI.1)



Is this notice a non-mandatory one?  Yes.


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?  


VI.4)



Additional information (if applicable):

VI.5)



Date of dispatch of this notice:  4.4.2005






Download


Annex I - Invitation to Tender

Annex II - Technical Specifications

Annex III - Draft Contract

Clarifications CIFAS


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.

EEA/CAF/05/001 - Monitoring media coverage of the European Environment Agency

Call For Tender Published 22 Feb 2005

DK-Copenhagen: monitoring media coverage of the European Environment Agency

2005/S 46-043802

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 Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: +45 33 36 71 00. Fax: +45 33 36 71 99. E-mail: ove.caspersen@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 institution.



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: 10.


II.1.4)



Is it a framework agreement?  Yes.


II.1.5)



Title attributed to the contract by the contracting authority:  Monitoring Media Coverage of the European Environment Agency.


II.1.6)



Description/object of the contract: The European Environment Agency (EEA) is seeking assistance in monitoring media coverage of itself in member countries and more widely around the world. The contractor is expected to be able to monitor media mentions of the EEA in, as a minimum, all the major written, audiovisual and Internet media in each EEA country. However, coverage of a more comprehensive range of media within each country would be desirable. Ideally, EEA would like to contract a single provider to undertake comprehensive monitoring of media coverage of the Agency, including citations in scientific journals, in all EEA member and collaborating countries, as well as the US, Canada and Australia. Coverage of additional countries would be an advantage.

II.1.7)



Site or location of works, place of delivery or performance:  The contractor will operate from his own premises and the services will be delivered at the address indicated in I.1.


II.1.8)



Nomenclature

II.1.8.1)



Common Procurement Vocabulary (CPV):  93000000.


II.1.8.2)



Other relevant nomenclature (CPA/NACE/CPC)

II.1.9)



Division into lots:  No.


II.1.10)



Will variants be accepted? (where applicable):  No.


II.2)



Quantity or scope of the contract

II.2.1)



Total quantity or scope  The framework contract will have a duration of three years, with the possibility for extension once by maximum one year, on the condition that the criteria in the call for tender are constantly met. Specific agreements will be issued under the framework contract as and when needed.


II.2.2)



Options. Description and time when they may be exercised

II.3)



Duration of the contract or time limit for completion:  Period in months: 36 (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):  See tender documents.


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:
 Candidates or tenderers shall be excluded from participation in a procurement procedure if: (a) 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) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata;
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) 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 or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) 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) they have been convicted for an environmental offence in the exercise of the profession;
(g) following another procurement procedure 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.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Candidates or tenderers must certify that they are not in one of the situations listed above. 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 apply to the tenderer.


III.2.1.1)



Legal position - means of proof required:  
a) Identification sheet;
b) Copy of trade register or copy of VAT registration.


III.2.1.2)



Economic and financial capacity - means of proof required:  
(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 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 three financial years.


III.2.1.3)



Technical capacity - means of proof required:  
(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;
(b) A list of the principal services provided in the past three years, with the sums, dates and recipients, public or private;
(c) Information on the tenderer's working languages and proof of the tenderer's ability to submit edited reports in English;
(d) An indication of the proportion of the contract which the service provider may intend to subcontract.


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

IV.1.3)



Previous publication concerning the same contract

IV.1.3.1)



Prior information notice concerning the same contract:  

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 in contract documents.


IV.3)



Administrative information

IV.3.1)



Reference number attributed to the file by the contracting authority:  EEA/CAF/05/001.


IV.3.2)



Conditions for obtaining contractual documents and additional documents  Obtainable until: 4.4.2005.
Terms and method of payment: all the necessary documentation can be obtained by contacting the Agency by e-mail: procurement@eea.eu.int or can be downloaded from the EEA web site: http://www.eea.eu.int/tenders.

IV.3.3)



Time-limit for receipt of tenders or requests to participate:  15.4.2005.
Time: 16.00.


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:  English.


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 (where applicable):  European Environment Agency's representatives and one representative of each tenderer. Please inform Mr Ove Caspersen by separate e-mail if you wish to attend the opening.


IV.3.7.2)



Date, time and place:  Date: 25.4.2005. Time: 15.00. Time: 11.00.
Place: EEA, Kongens Nytorv 6, DK-1050 Copenhagen K.



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 (if applicable):

VI.5)



Date of dispatch of this notice:  22.2.2005.






Download


Annex I - Invitation to Tender

Annex II - Technical Specifications

Annex III - Draft Contract


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.

EEA/ADS/04/003 - Medical adviser

Call For Tender Published 22 Nov 2004

DK-Copenhagen: medical adviser

2004/S 235-201792

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: Mrs Ulla Krantz, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 0045 33 36 71 77. Fax: 0045 33 36 72 71. E-mail: procurement@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 institution.


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 25.

II.1.4)

Is it a framework agreement?  Yes.

II.1.5)

Title attributed to the contract by the contracting authority:  Medical adviser

II.1.6)

Description/object of the contract: The European Environment Agency (EEA), Copenhagen, Denmark, intends to confer upon a medical adviser the task of providing medical services to the Agency. Regular duties:
Medical care of the EEA staff within the meaning of Article 59 of the Staff Regulation of officials of the European Communities; administration of staff medical files.
Annual medical examinations of EEA staff.
Medical examinations for new members of staff.
Medical examinations as requested by the EEA Administration.
Opinions to be given at the request of the EEA Administration (in the medical field), particularly concerning the work of the Invalidity Committee, the examination of applications requesting the payment of certain medical expenses, and the application of the provisions of Article 60 of the Staff Regulations of officials of the European Communities.
Attendance as an observer at the meetings of the Interinstitutional Medical College of the European Communities.
Other duties required in connection with the EEA work.

II.1.7)

Site or location of works, place of delivery or performance:  The service shall be supplied at the premises indicated by the medical adviser unless otherwise indicated by the Agency. The practice is to be located in Copenhagen, Denmark.
NUTS code: DK001.

II.1.8)

Nomenclature
II.1.8.1)

Common Procurement Vocabulary (CPV):  85121100.

II.1.8.2)

Other relevant nomenclature (CPA/NACE/CPC)
II.1.9)

Division into lots:  No.

II.1.10)

Will variants be accepted? (where applicable):  No.

II.2)

Quantity or scope of the contract
II.2.1)

Total quantity or scope  The contract is for four consecutive years. For the purpose of the tender, the approximate number of staff employed by the Agency is 115.

II.2.2)

Options. Description and time when they may be exercised
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 (if applicable)
III.1.2)

Main terms of financing and payment and/or reference to the relevant provisions (if applicable):  See tender documents.

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:  
a) identification sheet (see tender documents);
b) copy of trade register or copy of VAT registration.

III.2.1.2)

Economic and financial capacity - means of proof required:  
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 the country in which the economic operator is established;
c) a statement of overall turnover concerning the works, supplies or services covered by the contract during a period which may be no more than the last three years.

III.2.1.3)

Technical capacity - means of proof required:  
a) the educational and professional qualification of the service provider (i.e. a full curriculum vitae, proof of enrolment in the professional register, certified copy of the degree in medicine and proof that he/she is allowed to practise medicine in Denmark);
b) a description of the technical equipment;
c) an indication of the proportion of the contract which the service provider may intend to subcontract.

III.3)

Conditions specific to services contracts
III.3.1)

Is provision of the service reserved to a specific profession?  Yes. Enrolment in the professional register is required.

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
IV.1.3)

Previous publication concerning the same contract
IV.1.3.1)

Prior information notice concerning the same contract:  Notice number in OJ content list: 2004/S 60-050830 of 25.3.2004.
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:
1) professional qualities, evaluated on the basis of training and experience (20);
2) results of the personal interview (10);
3) ability to work in a multicultural environment (5);
4) language skills (5);
5) experience in the provision of similar services (10);
6) knowledge of the medical infrastructure of the Copenhagen region (10);
7) price per examination (30);
8) price per hour (10).
In descending order of priority: no.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  EEA/ADS/04/003.

IV.3.2)

Conditions for obtaining contractual documents and additional documents  Terms and method of payment: all the necessary documentation can be downloaded for free from the EEA website: http://org.eea.eu.int/tenders or by contacting the Agency by e-mail: procurement@eea.eu.int.
IV.3.3)

Time-limit for receipt of tenders or requests to participate:  31.1.2005.
Time: 16.00.

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; all official EU languages.

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender:  Until 31.7.2005 or 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 (where applicable):  European Environment Agency's representative and one representative of each tenderer. Please inform Mrs Krantz by separate mail if you wish to attend the opening.

IV.3.7.2)

Date, time and place:  Date: 7.2.2005. Time: 11.00.
Place: EEA, Kongens Nytorv 6, DK-1050 Copenhagen K.


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 (if applicable):  The contractor shall not be in one of the following situations:
bankrupt, wound up or having his/her business activities suspended;
have his/her affairs administered by the court; have entered into an arrangement or similar measures with creditors or be the subject of any proceedings of that nature;
have been convicted of an offence with regard to his/her professional conduct by a judgement which is not open to appeal;
have been convicted for an environmental offence in the exercise of the profession;
guilty of grave professional misconduct;
have been subject of a judgement 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;
have not fulfilled his/her obligations relating to the payment of social-security contributions or taxes in accordance with the legal provisions of the country in which he/she is established or those of the country of the contracting authority or those where the contract is to be performed;
following another procurement procedure or grant award procedure financed by the Community budget, have been declared to be in serious breach of contract for failure to comply with its contractual obligations.
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 apply to the tenderer.

VI.5)

Date of dispatch of this notice:  22.11.2004.



Download


Annex I - Technical Specifications

Annex II - Procedure for submitting

Annex III - Identification sheet

Annex IV - Checklist

Annex V - Draft Framework contract

Annex VI - General Terms

Annex VII - Specific agreement

Annex VIII - Extract from the staff regulation

Annex IX - Pre-recruitment medical examination and Annual medical Visit


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.

EEA/CAF/04/009 - Evaluation of EEA products and services through polling surveys

Call For Tender Published 15 Nov 2004

DK-Copenhagen: evaluation of EEA products and services through polling surveys

2004/S 230-197676

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 Gorm Dige, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 45 33 36 71 41. Fax: 45 33 36 72 93. E-mail: gorm.dige@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 institution.


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 10.

II.1.4)

Is it a framework agreement?  Yes.

II.1.5)

Title attributed to the contract by the contracting authority:  Evaluation of EEA products and services through polling surveys.

II.1.6)

Description/object of the contract: Evaluation of selected EEA products and services through polling surveys (telephone and face-to-face interviews). Target groups to be addressed include staff members of the European Commission and European Parliament, members of the European Commission and European Parliament, politicians and civil servants in EEA member countries, research institutions and academia, non-governmental organisations, the business world, and the general public.

II.1.7)

Site or location of works, place of delivery or performance:  The work will be carried out at the contractor's premises in regular contact with the relevant EEA project manager.
NUTS code: DK001.

II.1.8)

Nomenclature
II.1.8.1)

Common Procurement Vocabulary (CPV):  74130000.

II.1.8.2)

Other relevant nomenclature (CPA/NACE/CPC)
II.1.9)

Division into lots:  No.

II.1.10)

Will variants be accepted? (where applicable):  No.

II.2)

Quantity or scope of the contract
II.2.1)

Total quantity or scope
II.2.2)

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

Duration of the contract or time limit for completion:  24 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):  See tender documents.

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:  
a) Legal identification sheet (see tender documents).
b) Copy of inscription in trade register, where applicable.
c) Copy of inscription in VAT register.

III.2.1.2)

Economic and financial capacity - means of proof required:  
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 the country in which the economic operation is established;
c) a statement of overall turnover and turnover concerning the services covered by the contract during a period which may be no more than the last three financial years.

III.2.1.3)

Technical capacity - means of proof required:  
a) A list of comparable services and projects performed over recent years.
b) Detailed CVs of the tenderer, in particular those of the person or persons responsible for providing the services. Tenderers from consortiums shall specify the role, qualifications and experience of each member or group.
c) Information on the tenderer's working languages and proof of the tenderer's ability to submit edited reports in English.
d) An indication of the proportion of the contract which the tenderer may intend to subcontract.

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
IV.1.3)

Previous publication concerning the same contract
IV.1.3.1)

Prior information notice concerning the same contract:  
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 in contract documents.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  EEA/CAF/04/009.

IV.3.2)

Conditions for obtaining contractual documents and additional documents
IV.3.3)

Time-limit for receipt of tenders or requests to participate:  05.01.2005.
Time (where applicable): 16.00.

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:  English.

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 (where applicable):  European Environment Agency's representatives and one representative of each tenderer. Representatives of tenderers who wish to attend the opening are requested to inform Mr Gorm Dige by separate mail.

IV.3.7.2)

Date, time and place:  Date: 12.1.2005. Time: 14.00.
Place: European Environment Agency.


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 (if applicable):  Grounds for inclusion: the tenderers shall submit an auto-declaration form (Annex III of the tender documents) confirming that they are not in any of the situations listed in the form and that consequently, they are eligible to tender. Additional evidence may be requested at a later stage prior to signature of the contract.

VI.5)

Date of dispatch of this notice:  15.11.2004.



Download


Annex I - Procedure for submitting a tender

Annex II - Technical Specifications

Annex III - Identification sheet

Annex IV - Draft Framework Contract

Annex V - General terms and conditions

Annex VI - Draft specific agreement

Annex VII - Reimbursement of travel expenses

Annex VIII - Declaration on Exclusion Criteria

Annex IX - Checklist


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.

EEA/PIN/2004/03 - Prior Information Notice

Call For Tender Published 26 Mar 2004

DK-Copenhagen: various services

2004/S 60-050830

Prior information notice


1.
The European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45-33 36 71 00. Fax: +45-33 36 71 99. URL: http://org.eea.eu.int/tenders.
2.
Intended procurement: 3 303 000 EUR in total for Service categories 6b (banking and investment services), 7 (computer and related services), 8 (R&D services), 10 (market research and public opinion polling services), 11 (management consultant services and related services), 15 (publishing and printing services on a fee or contract basis), 20 (supporting and auxiliary transport services), 23 (investigation and security services), 24 (education and vocational education services), 25 (health and social services), 27 (other services) as listed in Annex I A to Council Directive 92/50/EEC of 18 June 1992.
3.
Estimated date for initiating the award procedures: Throughout the year 2004.
4.
Throughout the year 2004, the Agency intends to publish in the S series of the Official Journal of the European Union as well as on the Agency's homepage http://org.eea.eu.int/tenders, notices of open or restricted calls for tender or calls for expression of interest in relation to some or all of the following activities:
Project code - Title of project:

Administrative services:
10.1.1 Purchase and Maintenance of Security Equipment, Operating Security.
10.2.2 Medical Advisor.
10.3.2 Training Management/Development of Competencies, Training and Organisational Development.
10.1.3 Purchase and Maintenance of AV Equipment.
10.4.2 Bank Services and e-banking.
Corporate Affairs:
8.3.4 EMAS Verification.
8.2.7 Media Monitoring.
8.2.7 Update and Expansion of Media Database.
8.3.7 Multi-lingual Quality Assurance.
8.3.12 Corporate Identity.
8.3.9 Glossary Extension.
8.2.7 Subscription to Journalist Address Database.
8.3.10 Examples of EEA Effectiveness/outcomes as part of the BSC system.
8.3.10 Effectiveness Evaluation of selected EEA products and services.
8.3.5 Content and Quality Assurance for Environmental Research Communication Portal.
8.3.5 Information content updating & development across EnviroWindows Yihaw's Zope folder structure.
8.3.5 DestiNet (Sustainable Tourism) partnership expansion.
Information and Data Services:
1.1.13 Extension and Improvement of the data Warehouse.
9.1.1 Layouting Services.
9.1.1 Printing Services.
9.2.5 Total Quality Management System.
1.1.8 Reporting Obligations Database.
Environmental Assessment:
3.1.5 European Handbook of Forest Condition: Forest Focus.
3.1.1 High Nature Value Agricultural Areas.
4.3.1 Chemicals Information System.
4.3.3 Source Apportionment of Nitrogen and Phosphorus inputs to the Aquatic Environment.
4.3.7 European Large Marine Ecosystem Assessments.
5.2.1 Strategy for Dissemination of Best Practice Information and Success Stories in Waste Prevention.
7.4.3 Non-road Transport.
Analysis, Integration and Reporting:
7.1.1 Framing & Supporting EEA's contribution to SD.
0.0.0 SOER2005 and Indicator-related Activities.
7.3.5 Global Dimension.
7.3.4 Uncertainty Analysis (and a peer review process) on Household and the Environment.
7.5.2 Policy Implementation.
7.5.4 Programming Environmental Economic Activities 2005-2008.
7.6.1 PRELUDE Scenarios Development Support.
7.6.1 PRELUDE Land Use Modelling Support.
7.6.1 PRELUDE Visualisation and Communication Support.
7.6.2 Scenarios Launch Pad.
Strategic Knowledge and Innovation:
4.1.2 Analysis of Environment and Health Monitoring and Research.
7.2.1 Environmental Impacts of Enlargement.
7.7.1 Research and Emerging Issues Assessment.

There are currently no items in this folder.

EEA/AIR/04/007 - Support to the European Environment Agency activities 2005-2008 on environmental policy analysis

Call For Tender Published 04 Oct 2004

DK-Copenhagen: support to the European Environment Agency activities 2005-2008 on environmental policy analysis

2004/S 201-171376

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: Ms Ann Dom, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: +45 33 36 71 31 . Fax: +45-33 36 72 93. E-mail: ann.dom@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 institution.


Section II: Object of the contract

II.1)

Description
II.1.1)

Type of works contract
II.1.2)

Type of supplies contract
II.1.3)

Type of service contract: Service category 27.

II.1.4)

Is it a framework agreement?  Yes.

II.1.5)

Title attributed to the contract by the contracting authority:  Support to the European Environment Agency activities 2005-2008 on environmental policy analysis.

II.1.6)

Description/object of the contract:  Description of the contract:
See tender documents.


II.1.7)

Site or location of works, place of delivery or performance:  
The main part of work can be executed from the contractor's offices, with regular contacts with the relevant EEA project manager. Periods of intra-muros work (long-term and short-term) at the EEA may be required.
NUTS code: DK001.

II.1.8)

Nomenclature
II.1.8.1)

Common Procurement Vocabulary (CPV):  Main object: 90311000.

II.1.8.2)

Other relevant nomenclature (CPA/NACE/CPC)
II.1.9)

Division into lots:  No.

II.1.10)

Will variants be accepted?:  No.

II.2)

Quantity or scope of the contract
II.2.1)

Total quantity or scope (including all lots and options):  See tender documents.

II.2.2)

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

Duration of the contract or time-limit for completion:  24 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):  See tender documents.

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:  
a) identification sheet (see tender documents);
b) copy of inscription in trade register, where applicable;
c) copy of inscription in VAT register.

III.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 the country in which the economic operator is established;
c) a statement of overall turnover and turnover concerning the services covered by the contract during a period which may be no more than the last three financial years.

III.2.1.3)

Technical capacity - means of proof required:  
a) a list of comparable services and projects performed over recent years;
b) detailed CVs of the tenderer, in particular those of the person or persons responsible for providing the services;
c) tenders from consortia shall specify the role, qualifications and experience of each member or group;
d) information on the tenderer's working languages and proof of the tenderer's ability to submit edited reports in English;
e) an indication of the proportion of the contract which the tenderer may intend to subcontract.

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):  Notice number in OJ content list 2004/S 60-050830 of 25.3.2004.

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 in contract documents.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  EEA/AIR/04/007.

IV.3.2)

Conditions for obtaining contractual documents and additional documents
IV.3.3)

Time limit for receipt of tenders or requests to participate:   25.11.2004. Time: 16.00.

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:  English.

IV.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.

IV.3.7)

Conditions for opening tenders
IV.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 Ms Ann Dom by separate mail if you wish to attend the opening.

IV.3.7.2)

Date, time and place:  Date: 2.12.2004. Time: 11.00.
Place: European Environment Agency, Reception.


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:  Tenderers from non-EU countries will also be considered. Grounds for exclusion: The tenderer shall submit an auto-declaration form (Annex VIII to this restricted call for tender) confirming that they are not in any of the situations listed in the form and that, consequently, they are eligible to tender. (N.B. additional evidence may be requested at a later stage prior to signature of the contract).

VI.5)

Date of dispatch of this notice:  4.10.2004.



Download


Annex I - Procedure for submitting a tender

Annex II - Technical specifications

Annex III - Identification sheet

Annex IV - Annex IV - Draft Framework Contract

Annex V - General terms and conditions

Annex VI - Draft specific agreement

Annex VII - Reimbursement of travel expenses

Annex VIII - Declaration on Exclusion Criteria

Annex IX - List of relevant EEA publications

Annex X - Policy analysis group presentation and 2004 activities

Annex_XI-Checklist.pdf


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.

EEA/EAS/2004/011 - Feasibility study: Modelling environmental concentrations of chemicals from emission data.

Call For Tender Published 27 Aug 2004

DK-Copenhagen: Feasibility study: Modelling environmental concentrations of chemicals from emission data.

2004/S 175-149608

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.: Dr. Gabriele Schöning, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 72 65. Fax: +45 33 36 71 51. E-mail: Gabriele.Schoning@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:  Feasibility study: Modelling environmental concentrations of chemicals from emission data.

II.1.6)

Description/object of the contract:  Description of the contract:
Description of the project

The aim of this feasibility study is to explore the availability of suitable models to predict environmental concentrations of chemicals from point source emission data such as the data reported to EPER, the European Pollutant Emission Register, and develop a strategy how these can be used to assess the chemical burden of Europe's environment.

Purpose of call for Tender
Develop a toolbox of available methodologies and a workplan for applying relevant models to substances reported under EPER in order to predict the concentrations, composition and distribution of these chemicals in the European environment.
The main task in this feasibility study will be to
1) evaluate
  • Which of the available methods to model environmental concentrations of chemicals in the different media are sufficiently validated and accepted to be used in a policy context.
  • Which of the models are suitable for all or some of the substances listed under EPER and other types of compounds.
2) make a test run and
3) develop a strategic proposal how these models and derived data can be used to estimate and predict the concentrations, composition and distribution of chemicals in the European and wider environment based on European emission data.

Tasks
The tenderer will provide in his offer a proposal for a detailed work plan for each identified task.

The tasks to be performed are:
1. Identify available models on chemical substances concentrations in the different media and/or their impacts. The evaluation shall cover models to predict concentrations in air, water, sediment and soil as well as biota (excl. food). International and national developments should be considered as well as research activities especially those concerning persistent substances or substances with a potential for long-range transport, or activities covering large rivers or other areas which might be representative for particular European regions.
2. 2. Verify their status of validation and general acceptance.
3. Evaluate available environmental models, preferably validated or widely accepted models, for their ability to provide information on spatial distribution of chemicals and resulting concentrations in different environmental media. Although the main target is Europe, regions outside Europe that will be impacted by European emissions should be included in the assessment.
4. Scan the models and provide information on the time and spatial scale they are able to cover. Provide expert judgement on the resolution needed for assessments of (pan)European, national, regional or local pollution. Describe model characteristics relevant for each of these levels.
5. Identify which of the above models are applicable to EPER substances.
6. Run one ore more selected readily available models for one or more test substances by using the reported release data in the EPER database. In selection of the test substance(s) consider the availability of monitoring data on the compound(s) as a key requirement.
  • Map the concentrations
  • Identify hot spots of predicted high chemicals concentrations
  • Assess usefulness of EPER data format for this purpose. For substances already covered by EMEP: discuss the added value by using EPER data for high and smaller resolution assessments. Will EPER data increase the usefulness of existing models on (pan)European, regional, or local level?
  • Compare predicted levels with actual monitoring data on concentrations, if available.
7. Draft a workplan on how to extend task 6 to all the relevant models identified in task 5 and all substances reported in EPER. Define the minimum and optimum input parameters for the models needed to include further priority substances. Consider how substances could be grouped according to similar environmental effects, availability of monitoring data, expected releases (only point sources or many diffuse sources). Provide an estimate of the timeframe and required resources for executing the workplan.
8. Develop a strategic proposal on how these models and derived data can be used to estimate and predict the "chemical density" (concentrations, composition and distribution of chemical substances) in the European environment based on emission data. Give an estimate of the reliability and level of uncertainty.
9. Summarise the findings of the feasibility study in a report.

Close co-ordination of work under the contract with other work at the EEA within the operation and the project needs to be ensured at all times.

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: 9 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; and,
- 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.
- 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:
- 30 points to 'Expertise';
- 25 points to 'Methodology';
- 20 points to 'Project Management';
- 10 points to 'Understanding';
- 15 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/2004/011

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:  27/08/2004.

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 Chemical modelling call for tender

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.

EEA/IDS/04/002 - Geographic Information Systems (GIS) consultancy and services for the European Environment Agency.

Call For Tender Published 26 Aug 2004

DK-Copenhagen: Geographic Information Systems (GIS) consultancy and services for the European Environment Agency.

2004/S 174-148972

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.: Chris Steenmans, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 71 16. Fax: +45 33 36 71 97. E-mail: Chris.Steenmans@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 institution.


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?  Yes.

II.1.5)

Title attributed to the contract by the contracting authority:  Geographic Information Systems (GIS) consultancy and services for the European Environment Agency.

II.1.6)

Description/object of the contract:  The purpose of this call for tender is to establish a framework contract with an organisation that can provide support to the Agency in building and deploying the spatial infrastructure. The long-term purpose is to bring the present infrastructure into an open architecture and transform existing European datasets into a harmonized format to ensure coherence and interoperability.


II.1.7)

Site or location of works, place of delivery or performance:  
Contractor's premises or at European Environment Agency (DK002).

II.1.8)

Nomenclature
II.1.8.1)

Common Procurement Vocabulary (CPV):  Main object: 72310000, Additional objects: 72200000, 72220000, 72246000, 72266000, 72320000, 93900000

II.1.8.2)

Other relevant nomenclature (CPA/NACE/CPC)
II.1.9)

Division into lots:  No.

II.1.10)

Will variants be accepted?:  No.

II.2)

Quantity or scope of the contract
II.2.1)

Total quantity or scope (including all lots and options, if applicable  Framework contract for a period of two years, renewable twice for a period of one year each. The first specific agreement will be for an amount of between 300-500K.

II.2.2)

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

Duration of the contract or time limit for completion:  Period: 24 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):  As described in the tender documentation.

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.  Exclusion cases: The tenderer shall submit an auto-declaration form (see tender documents) confirming that they are not in any of the situations listed in the form and that consequently, they are eligible to tender. (N.B. additional evidence may be requested at a later stage prior to signature of the contract).

III.2.1.1)

Legal position - means of proof required:  Evidence of legal status shall be furnished by copy of documents confirming the tenderer's: - inclusion in a trade register and/or VAT registration.

III.2.1.2)

Economic and financial capacity - means of proof required:  Evidence of economic and financial capacity shall be furnished by one or more of the following documents. If you cannot provide these references please prove your economic and financial capacity by means of other documentation available to you, and explain why you cannot present the requested information.

-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 two 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.
-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 three financial years.
III.2.1.3)

Technical capacity - means of proof required:  Evidence shall be provided in the tender documents:

(a) that the business activity of the company is relevant from the standpoint of the task in question by listing the principal services provided and supplies delivered in the past three years, with the sums, dates and recipients, public or private.
(b) of the service providers educational and professional qualifications and/or those of the firms managerial staff and, in particular those of the persons responsible for providing the services
(c) of the service providers average annual manpower and the number of managerial staff for the last three years.
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?   No


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 in contract documents

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  Ref. no. EEA/IDS/04/002

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, EEA member countries langs.

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender:  9 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:  European Environment Agency representatives and one representative of each tenderer. Please inform Chris Steenmans in advance by email if you wish to attend the opening.

IV.3.7.2)

Date, time and place: Date: 26/10/2004 (dd/mm/yyyy), Time 10.00, Place: European Environment Agency


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:  The framework contract may be renewed twice for a period of one year each.

VI.5)

Date of dispatch of this notice:  26/08/2004.

Annex A

1.2) Address from which further information can be obtained
1.3) Address from which documentation may be obtained:



Download


Annex I - Procedure for submitting offer

Annex II - technical annex

Annex III - Identification sheet

Annex IV - Framework contract

Annex V - Specific agreement

Annex VI - general terms

Annex VII - travel expenses

Annex VIII - Auto-declaration form

Annex IX - Checklist for submitting an offer


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.

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.

EEA/EAS/2004/006 - Outline for pan-European assessments of the marine environment based on the concept of large marine ecosystems

Call For Tender Published 16 Jun 2004

DK-Copenhagen: outline for pan-European assessments of the marine environment based on the concept of large marine ecosystems

2004/S 121-105326

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.: Ms Beate Werner, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 45 33 36 71 55. Fax: 45 33 36 71 51. E-mail: Beate.Werner@eea.eu.int. URL: http://www.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: Study

II.1.4)

Is it a framework agreement?  No.

II.1.5)

Title attributed to the contract by the contracting authority:  Outline for pan-European assessments of the marine environment based on the concept of large marine ecosystems.

II.1.6)

Description/object of the contract:  Description of the project:
Outline for Pan-European Assessments of the Marine Environment based on the concept of Large Marine Ecosystems.

1. INTRODUCTION
Under the EU Marine Strategy, the working group on European marine monitoring and assessment (EMMA) aims to evaluate possibilities of EU-wide assessments of the marine environment. Future assessments on a pan-European level should focus on the priority issues, which are common to all European seas like global influences, transboundary problems, linked with common EU-policies and/or ubiquitous problems like eutrophication. All assessments should be based on the "ecosystem approach to management of human activities in the marine environment" (following the working group on ecosystem approach to management of human activities (EAM) under the EU-Marine Strategy). The concept of Large Marine Ecosystems (LMEs), including the DPSIR approach, could give conceptual and organisational guidance for this kind of pan European assessments on the marine environment. In support of the European process the study shall review how the concept of LME can contribute to the preparation of European wide ecosystem based assessments.

2. POLICY BACKGROUND
Integrated assessments of the marine environment are needed in order to support policy analysis and developments and to identify further policy needs of the European seas. Until now assessments have been focused rather on single regions or certain issues. Scientifically sound and detailed assessments have been performed in the framework of the regional seas conventions. Some European wide assessments have been done by EEA with an issue-by-issue oriented indicator approach.
However, integrated assessments taking into account environmental status as well as socioeconomic aspects on EU-wide scale are not well developed by now. But only this kind of sectoral integration would give the possibility to draw out certain policy recommendations.
European and pan-European assessments including the catchment area of all European seas need to be based on regional knowledge and activities.
The Marine Strategy can only be developed and implemented in an effective way if there is a mutual exchange between assessments on regional, EU and Pan European global level.
The working Group EMMA agreed on a set of priority issues for which European assessments might be necessary. This is eutrophication, climate change, unsustainable fisheries, Shipping and stationary construction causing discharges or disturbance of habitats, Hazardous substances including radioactive substances and degradation of biodiversity and habitats. Between these issues the first priority issues will be chosen.
At European Union and pan-European levels, thematic assessments should focus on issues, which affect more than one regional sea. These are likely to cover in particular:
- Land-based sources which transboundary and can affect the catchments of more than one regional sea (that is, in particular, air-borne sources of pollution and diffuse sources of land-based pollution that can only be controlled within the European Union by controls on marketing and use);
- Global issues where it will be desirable for the European Union (if not Europe as a whole) to try to come to a common view for international negotiations. This is particularly true for climate-change issues, fisheries and may also apply to some shipping issues;
The development of the permanent process for a Global Marine Assessment, under the United Nations, will be an important influence on the development of processes under the European Marine Strategy, since regional inputs to that UN process will clearly be needed. Inputs needed for other UN processes, especially those of the UN Environment Programme, should also be taken into account.

2.1 Use of the LME approach
The LME approach is applied on a global level to several quite different marine areas. It is a modular approach consisting of five parts describing for each sea the main elements of 1) Productivity, 2) Fish and fisheries 3) Pollution and ecosystem health, 4) Socio-economy and 5) Governance.
For the European seas LME assessments have already been published e.g. for the North-east Atlantic. Assessments are under way for the Baltic Sea.
In the Baltic Sea the approach is used for structuring the work of the UNEP GEF Baltic Sea Regional Project (BSRP) in a way, that the integration between sectoral policies and the state of the environment described in an ecosystem approach are reflected in the programme. In this sense building up on the Large Marine Ecosystem (LME) concept basically means that since pollution and marine life do not respect state boundaries, management should also be at a higher regional level. The Baltic Sea is a Large Marine Ecosystem, which is defined as a region of marine coastal space characterized by distinct, but similar bathymetry, hydrography, productivity, and trophic linkages.

3. OBJECTIVES OF THE STUDY
The purpose of the study is to evaluate how future pan European and EU-wide marine assessments could be outlined taken into account the relationship between regional and pan-European assessments as mentioned above and the contribution the LME concept could give to that. This includes:
- An evaluation of the conceptual contribution the LME-concept could make to future pan European marine assessments as intended in the framework of the Marine Strategy.
- Support to the outline and planning of such assessments.
The overall task of the successful tenderer is to provide by end 2004 a report on the outline and planning of future pan European marine assessments based on the LME-approach.

4. TASKS
The tenderer will provide in his offer a proposal for a work plan for each of the following tasks:
1. Review of existing assessments based on the LME concept in the area of the Europe's seas (see e.g. http://www.ices.dk/projects/balticsea.asp) The study should also review experiences of international bodies world wide in setting up ecological quality objectives for large marine areas and their application for future management. The work has to take into account the interim results of the Ecosystem Approach WG (EAM) under the Strategy expected in May 2004.
2. Evaluating to what extent the concept of the ecosystem approach developed i.e. under the Marine Strategy (EAM) is equivalent to assessments based on the LME concept. This could e.g. focus on the impacts arising from sectoral policies and the respective human activities affecting the marine environment.
3. Proposal for an outline for pan European marine assessments for the most important environmental issues, mentioned under 2). A review of assessments available at the regional level including necessary tools and available data is available from the work of the WG EMMA. This has to be used and in cooperation with EEA (as member in the EMMA ad hoc group on pan-European assessments) further developed towards a planning of the future assessments
4. Identification of possible strengths and weaknesses of assessments based on the LMEapproach when used for pan-European assessments to be developed in the context of the Marine Strategy (under the WG EMMA)
5. Recommendations for a framework for future pan-European assessments. This should include organisational and structural needs for doing the assessments, take into account the latest achievements under the Marine Strategy as well as the structural framework, which could be derived from the LME approach (see UNEP GEF Baltic Sea Regional Project (BSRP)).

5. GEOGRAPHIC COVERAGE The study has to cover the major European seas and there catchments, North East Atlantic with North Sea, Arctic, Baltic Mediterranean, and Black Sea.

6 TIME SCHEDULE AND ORGANISATION OF WORK
The work should begin within two weeks of signing the contract and be executed in discussion with the respective EEA Project Manager over a period of five months. A detailed work plan must be elaborated at the start of the project and submitted at least one week before the start-up meeting for approval by the EEA Project Manager.
There are no special requirements regarding the location of work. It is envisaged that up to 4 meetings with the EEA Project Manager or visits to the EEA will be necessary:

7. DELIVERABLES
The tenderer should submit the following deliverables:
Detailed work plan for the project, one week before the start-up meeting (three hard copies and one WORD file);
- An interim report on task 1) and 2) and a first draft on task 3)
- A draft final report on the outcome of tasks 3) and 4) and 5)
- Final report on the results to all tasks


II.1.7)

Site or location of works, place of delivery or performance:  
European Environment Agency.

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

Options if applicable). Description and time when they may be exercised (if possible)
II.3)

Duration of the contract or time limit for completion:  Period in months 5 (for 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:
- They are bankrupt, being wound up or has suspended business activities, his affairs are being administered by the court, he has entered into an arrangement with creditors or similar measures or is the subject of any proceedings of that nature;
- They have been convicted of an offence concerning his professional conduct by a judgement which is not open to appeal;
- They have been guilty of grave professional misconduct;
- They are guilty of serious misrepresentation in supplying the information required by the authorising department.
Potential contractors must certify that they are not in one of the situations listed.
1.1.1.1 Financial and economic standing
Evidence of financial and economic standing may be furnished by 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:
- The educational and professional qualifications of the proposed consultants
- A list of relevant contracts provided in the last three years
- A statement of the service provider’s average annual manpower and the number of managerial staff for the last three years
- A description of the service measures for ensuring quality
- An indication of the proportion of the contract, which the service provider may intend to sub-contract.

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 (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 large scale assessments of the marine environment in general and especially with respect to the LME concept 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.

1.1.3 Points system
A points system is used to choose the best tender. The distribution of maximum points to each criterion is as follows:
30 points to 'Expertise'
30 points to 'Methodology' 15 points to 'Project Management' 10 points to 'Understanding' 15 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/2004/006

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, Netherland, Portuguese, Finnish, Swedish, Norwegian and Islandic.

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

1.2) 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 EEA-EAS-04-006

ANNEX A - EMMA(1) 2004

Annex I - EEA standard study contract

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

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.

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.

EEA/IDS/04/001 - Provision of details pan European datasets for the European Environment Agency

Call For Tender Published 11 Jun 2004

DK-Copenhagen: provision of details pan European datasets for the European Environment Agency

2004/S 121-101626

Contract notice

Supplies

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.: Tim Haigh, Kongens Nytorv, DK- 1050 Copenhagen. Tel.: 0045 33 36 7234 . Fax: 0045 33 36 7197. E-mail: tim.haigh@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 institution.


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): Purchase.

II.1.3)

Type of service contract (in case of service contract):

II.1.4)

Is it a framework agreement?  Yes.

II.1.5)

Title attributed to the contract by the contracting authority:  Provision of details pan European datasets for the European Environment Agency.

II.1.6)

Description/object of the contract:  The European Environment Agency (EEA) undertakes GIS work to support the development and implementation of environmental policy in Europe. Geo-referenced data is used for analytical as well as communication and dissemination purposes. The European Environment Agency (EEA) would like to conclude a framework contract for the provision of detailed pan European geo-referenced datasets.

II.1.7)

Site or location of works, place of delivery or performance:  
NUTS code: DK002.

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?:  No.

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 (if applicable). Description and time when they may be exercised (if possible)
II.3)

Duration of the contract or time limit for completion:  Period: 24 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):  See tender documentation.

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: See tender documentation.
III.2.1.1)

Legal position - means of proof required:  See tender documentation.

III.2.1.2)

Economic and financial capacity - means of proof required:  See tender documentation.

III.2.1.3)

Technical capacity - means of proof required:  See tender documentation.

III.3)

Conditions specific to services contracts
III.3.1)

Is provision of the service reserved to a specific profession?

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for execution of the contract?


Section IV: Procedure

IV.1)

Type of procedure:  Open.

IV.1.1)

Have candidates already been selected? (for negotiated procedure only and if applicable)   No.

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 60-050830 of 25.3.2004.

IV.1.3.2)

Other previous publications
IV.1.4)

Envisaged number of suppliers which will be invited to tender (if applicable)
IV.2)

Award crieria:  The most economically advantageous tender in terms of criteria in contract documents.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  EEA/IDS/04/001.

IV.3.2)

Conditions for obtaining contractual documents and additional documents: Obtainalbe until 2.8.2004
IV.3.3)

Time limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure):   52 days from dispatch of notice. Time: 16.00.

IV.3.4)

Dispatch of invitations to tender to selected candidates (In restricted and negotiated procedure)
IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up:  EEA member countries langs.

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender (in case of an open procedure):  9 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:  European Environment Agency's representatives and one representative of each tenderer. Please inform Tim Haigh by email if you wish to attend the opening.

IV.3.7.2)

Date, time and place:  Date: 10.8.2004. Time: 14.00.
Place: European Environment Agency.


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:  The framework contract may be renewed twice for a period of one year each. A first specific agreement will be issued on signature of the framework contract.

VI.5)

Date of dispatch of this notice:  11.6.2004.



Download


Annex I - Procedure for submitting offer

Annex IIa - Technical Specifications

Annex IIb - Annex IIb - Notes

Annex IIc - Data topic schema

Annex III - Identification sheet

Annex IV - Framework contract

Annex V - Specific agreement

Annex VI - Auto-declaration form

Annex VII - Checklist for submitting an offer


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.

EEA/AIR/04/004 - Support to the European Environment Agency on environmental-economic activities 2004-2008

Call For Tender Published 25 May 2004

DK-Copenhagen: support to the European Environment Agency
on environmental-economic activities 2004-2008

2004/S 101-080044

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.: Hans Vos, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 45 33 36 71 41. Fax: 45 33 36 72 93. E-mail: hans.vos@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 institution.


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 27.

II.1.4)

Is it a framework agreement?  Yes.

II.1.5)

Title attributed to the contract by the contracting authority:  Support to the European Environment Agency on environmental-economic activities 2004-2008.

II.1.6)

Description/object of the contract:  Support in developing three areas of work on environmental economics:
1. At the strategic level: support on programming of activities across the EEA for the period 2005-2008, and on assessing and reporting on progress with integrating environmental and economic concerns in the context of environmental policy integration and sustainable development.
2. At the operational level: support on gathering information and data on environmental economics, conducting environmental-economic analyses and assessments and on reporting and communication of the results to a wide range of clients.
3. Support on networking and communication activities of EEA, in particular to the network of environmental economists being established by EEA in cooperation with the European Commission.

II.1.7)

Site or location of works, place of delivery or performance:  The work shall be performed from the contractor's office with regular contracts with the EEA project manager and visits to the EEA according to the specific agreements.
NUTS code: DK001.

II.1.8)

Nomenclature
II.1.8.1)

Common Procurement Vocabulary (CPV):  90311000.

II.1.8.2)

Other relevant nomenclature (CPA/NACE/CPC)
II.1.9)

Division into lots (for details about lots use Annex B as many times as needed):  No.

II.1.10)

Will variants be accepted? (where applicable):  No.

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 (if applicable). Description and time when they may be exercised (if possible)
II.3)

Duration of the contract or time limit for completion:  Period: 24 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):  See tender documents.

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:  - Identification sheet (see tender documents).
- Copy of inscription in trade register, where applicable.
- Copy of inscription in VAT register.

III.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 past two years for which accounts have been closed, where publication of the balance sheet is required under company law of the country in which the economic operator is established;
c) a statement of overall turnover and turnover concerning the services covered by the contract during a period which may be no more than the past three financial years.

III.2.1.3)

Technical capacity - means of proof required:  a) A list of comparable services and projects performed over recent years.
b) Detailed CVs of the tenderer, in particular those of the person or persons responsible for providing the services. Tenders from consortiums of firms or groups of service providers shall specify the role, qualifications and experience of each member or group.
c) Information on the tenderer's working languages and proof of the tenderer's ability to submit edited reports in English.
d) An indication of the proportion of the contract, which the tenderer may intend to subcontract.

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):  Notice number in OJ content list: 2004/S 60-050830 of 25.3.2004.

IV.1.3.2)

Other previous publications
IV.1.4)

Envisaged number of suppliers which will be invited to tender (if applicable)
IV.2)

Award crieria:  The most economically advantageous tender in terms of criteria as stated below (in descending order of priority where possible):
1. proven experience with providing the type of support indicated in point II.1.6);
2. proven experience with applied environmental-economic policy-relevant analysis;
3. solid knowledge of research findings and other data and information sources;
4. ability to write about environmental-economic subjects in non-technical English.
In descending order of priority: Yes.

IV.3)

Administrative information
IV.3.1)

Reference number attributed to the file by the contracting authority:  EEA/AIR/04/004.

IV.3.2)

Conditions for obtaining contractual documents and additional documents
IV.3.3)

Time limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure):  28.6.2004.
Time (where applicable): 16.00.

IV.3.4)

Dispatch of invitations to tender to selected candidates (In restricted and negotiated procedure)
IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up:  English.

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender (in case of an open procedure):  9 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 (where applicable):  European Environment Agency's representatives and one representative of each tenderer. Please inform Mr Hans Vos by seperate mail if you wish to attend the opening.

IV.3.7.2)

Date, time and place:  Date: 6.07.2004. Time: 11.00.
Place: European Environment Agency, Reception.


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 (if applicable):  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 mentioned in Annex VIII of the tender documents apply to the tenderer.

VI.5)

Date of dispatch of this notice:  6.5.2004.



Download


Annex I - Procedure for submitting a tender

Annex II - Technical Specifications

Annex III - Annex III - Identification sheet

Annex IV - Draft Framework Contract

Annex V - General terms and conditions

Annex VI - Draft specific agreement

Annex VII - Reimbursement of travel expenses

Annex VIII - AnnexVIII - Declaration on Exclusion Criteria

Annex IX - List of relevant EEA publications

Annex X - Checklist


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