next
previous
items

EEA/EDO/07/001 - Evaluation of the EEA and related services

Call For Tender Published 08 Jun 2007

DK-Copenhagen: evaluation of the EEA and related services

2007/S 116-142092

Contract notice

Services


Section I: Contracting authority
I.1)
Name, addresses and contact point(s):
European Environment Agency, attn: Tarja Porkka Knudsen, Kongens Nytorv 6, DK-1050 Copenhagen. Tel. (45) 33 36 71 18. Fax (45) 33 36 71 98. E-mail: Tarja.Porkka@eea.europa.eu.

Internet address(es):

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


Further information can be obtained from:

European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel. (45) 33 36 71 00. Fax (45) 33 36 72 74. E-mail: procurement@eea.europa.eu. URL: http://www.eea.europa.eu/.


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:
Evaluation of the EEA and related 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:
A public contract.
II.1.5)
Short description of the contract or purchase(s):
A) The main service to be provided under the contract is an evaluation of the EEA against its corporate strategy 2004–2008.
B) Based on the EEA’s demand (framework element), the future contractor may be required to provide additional evaluation services, including services emanating from the main one (related services). Implementation of such services is subject to specific contracts.
II.1.6)
Common procurement vocabulary (CPV):
74141100.
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:
A) EEA evaluation — the estimated value of the main service is EUR 200 000–EUR 220 000.
B) Related services — the available budgetary envelope for related services is EUR 50 000 maximum.
Range: between EUR 250 000 and EUR 270 000.
II.2.2)
Options:
No.
II.3)
Duration of the contract or time-limit for completion:
Duration: 18 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:
As indicated in the contract.
III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:
As indicated in the contract.
III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenders may be submitted by groups of service providers that if awarded the contract, shall assume a legal form by incorporation, partnership or will otherwise enable them to contract as a single entity. A group of service providers, however, must identify the main contractor, the sole responsible towards the Agency, which will interface between the Agency and the service provider. Each member of the group must fulfil the conditions for participation mentioned in point III.2.
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:
Exclusion criteria — to be eligible for participation in this contract award procedure, tenderers must not be in any of the exclusion situations referred to in Articles 93 and 94 of Council Regulation (EC, Euratom) No 1605/2002 of 25.6.2002, OJ L 248 of 16.9.2002 as last modified by (EC, Euratom) No 1995/2006 of 13.12.2006, OJ L 390/1 of 30.12.2006. To that effect tenderers are required to submit a declaration of honour (see annex 1 to tender specifications) in accordance with Article 134 of Commission Regulation (EC, Euratom) No 2342/2002 of 23.12.2002, OJ L 357/1 as last modified by (EC, Euratom) No 478/2007 of 23.4.2007, OJ L 111/13. Under the same provision, the tenderer to whom the contract is to be awarded will be required to produce evidence confirming the prior declaration unless this obligation is waived by the contracting authority.
Legal capacity — 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 to the tender specifications) 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:
evidence of economic and financial capacity shall 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 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:
evidence of the technical and professional capacity should be furnished on the basis of the following set of documents:
(a) the educational and professional qualifications of the persons responsible for providing the services (1 CV per profile indicating the required minimum professional experience in evaluation work):
— project leader: minimum 5 years' experience as project manager in evaluation work,
— senior consultant: minimum 5 years of experience in at least 2 of the following areas: evaluation design, analysis, state-of-art methods and tools as well as report writing,
— junior consultant: minimum 2 years of experience in evaluation analysis,
— assistant: minimum 2 years of experience in assisting evaluation work;
(b) a list of the principal similar services provided in the past 3 years, with the sums, dates and recipients, public or private;
(c) a description of the tenderer’s quality assurance system;
(d) a description of the tenderer’s environmental management measures/system.
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.
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
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.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/EDO/07/001.
IV.3.2)
Previous publication(s) concerning the same contract:
Prior information notice number in OJ: 2007/S 70-085167 of 11.4.2007.
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:
30.7.2007 (16:00).
IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up:
Bulgarian, Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Icelandic, Irish, Italian, Latvian, Lithuanian, Maltese, Norwegian, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish 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:
6.8.2007 (11:00).
Place: see I.1.
Persons authorised to be present at the opening of tenders: yes.
Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform in advance Ms Tarja Porkka Knudsen by e-mail: Tarja.Porkka@eea.europa.eu or by fax (45) 33 36 71 98.

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.4)
Procedures for appeal
VI.4.1)
Body responsible for appeal procedures:
Court of First Instance of the European Communities (insofar as the CFI has jurisdiction), boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: CFI.Registry@curia.europa.eu. URL: http://curia.europa.eu.

Body responsible for mediation procedures:

The European Ombudsman, 1, avenue du Président Robert Schuman, F-67001 Strasbourg Cedex. Tel. (33) 388 17 23 13. Fax (33) 388 17 90 62. E-mail: euro-ombudsman@europarl.europa.eu. URL: http://www.euro-ombudsman.europa.eu.

VI.4.2)
Lodging of appeals:
Precise information on deadline(s) for lodging appeals:
Insofar as the Court of First Instance of the European Communities has jurisdiction, within 2 months of the notification to the plaintiff (date of receipt), or, in the absence thereof, the day on which the person concerned had knowledge of the relevant information; a complaint to the European Ombudsman has no impact on the above deadline for lodging an appeal.
VI.4.3)
Service from which information about the lodging of appeals may be obtained:
Court of First Instance of the European Communities (insofar as the CFI has jurisdiction), boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 37 66. E-mail: CFI.Registry@curia.europa.eu. URL: http://curia.europa.eu.
VI.5)
Date of dispatch of this notice:
8.6.2007.


Download

Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet


If you're having troubles in downloading the PDF-files, please visit our trouble shooting page.

Permalinks

Document Actions