next
previous
items

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.



Permalinks

Document Actions