next
previous
items

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.



Permalinks

Document Actions