next
previous
items

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.

Permalinks

Document Actions