next
previous
items

Closed calls for tenders

EEA/EAS/2004/004 - Framework partnership agreement for the European Topic Centre on Resource and Waste Management

Call For Tender Published 20 Apr 2004

DK-Copenhagen: framework partnership agreement for the European Topic Centre on Resource and Waste Management

2004/S 73-061409

Call for proposals


1.
Publication reference EEA/EAS/2004/004
2.
Programme and Financing source European Environment Agency (EEA), budget 2005-2008.
3.
Nature of activities, geographical area and project duration (a) Framework partnership agreement for the European Topic Centre on Resource and Waste Management: European Topic Centres are consortia of institutes and companies supporting the European Environment Agency and its member countries through the execution of part of the EEA annual management plan. The European Topic Centre on Resource and Waste Management will perform tasks in data collection, indicator compilation, policy support studies and policy assessment, and member country support related to waste, resources and material flows.

For details, see the 'Call for proposals' referred to in item 12.

(b) Geographical area: all European Environment Agency member countries: the 15 EU Member States and the 10 acceding countries, Iceland, Norway and Liechtenstein, and the 3 EU candidate countries: Bulgaria, Romania and Turkey.

(c) Maximum project duration: 4 years.

4.
Indicative amount available for this Call for Proposals Depending on the annual work programme and the budget of the Agency in the years 2005-2008, a yearly grant will be provided by the European Environment Agency amounting to about 900 000 EUR.
5.
Maximum proportion of project costs to be covered by EEA funding: 90%.
6.
Type of contract and number of grants to be awarded One framework partnership agreement under which several action grants can be concluded. The number of grants is not limited, with one main grant per year.
7.
Eligibility: Who may apply? Legal entities from all EEA Member countries (see list in 3(b) above). The European Environment Agency founding regulation Article 4.4 requires that 'member countries identify the institutions that could be specifically entrusted (...) to act as a topic centre of the network for specific tasks'. Applicants should thus provide for each partner a letter from the EEA Management Board member (see http://www.eea.eu.int/aboutus) of the country in which the partner is based, identifying the institute as able to perform the function of a European Topic Centre within the European Environmental Information and Observation Network.
8.
Provisional notification date of results of the award process Expected in September, after decision by the Management board of the Agency,
9.
Exclusion, selection and award criteria See Sections 6, 7 and 8 of the 'Call for proposals' mentioned in item 12.
10.
Application format and details to be provided Applications must be submitted following the guidelines in the call for proposals mentioned in item 12. For each application, one signed original and five copies must be supplied by the applicant.
11.
Deadline for applications 21 June 2004, 16:00 CET.

Any application received by the European Environment Agency after this deadline will not be considered.

12.
Detailed information Detailed information on this Call for Proposals is contained in the 'Call for proposals for the ETC on Resource and Waste Management', which is published together with this notice on the Internet web site of the European Environment Agency on 20 April: http://org.eea.eu.int/tenders.

Any questions regarding this Call for Proposals should be sent by e-mail or fax (including the publication reference of this Call for Proposals shown in item 1) to the European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K. E-mail: jimmy.flindt@eea.eu.int. Fax: +45 33367151.

All applicants are encouraged to consult the above Internet web page regularly before the deadline.



Download


Technical Specification

Annex I - Framework Partnership Agreement

Annex II - Evaluation procedure

Annex III - Identification Sheet

Annex IV - Declaration on Exclusion Criteria

Annex V - Checklist for submitting the proposal

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/2004/003 - Framework partnership agreement for the European Topic Centre on Biological Diversity

Call For Tender Published 20 Apr 2004

DK-Copenhagen: framework partnership agreement for the European Topic Centre on Biological Diversity

2004/S 72-060453

Call for proposals


1.
Publication reference EEA/EAS/2004/003
2.
Programme and Financing source European Environment Agency (EEA), budget 2005-2008.
3.
Nature of activities, geographical area and project duration (a) Framework partnership agreement for the European Topic Centre on Biological Diversity: European Topic Centres are consortia of institutes and companies supporting the European Environment Agency and its member countries through the execution of part of the EEA annual management plan. The European Topic Centre on Biological Diversity will work with EEA member countries and international organizations to bring together the data needed to assess the progress towards the 2010-target of halting biodiversity loss, to validate and ensure the quality of the data, develop guidelines for monitoring and to produce indicator fact sheets. For details, see the 'Call for proposals' referred to in item 12.

(b) Geographical area: all European Environment Agency member countries: the 15 EU Member States and the 10 acceding countries, Iceland, Norway and Liechtenstein, and the 3 EU candidate countries: Bulgaria, Romania and Turkey.

(c) Maximum project duration: 4 years.

4.
Indicative amount available for this Call for Proposals Depending on the annual work programme and the budget of the Agency in the years 2005-2008, a yearly grant will be provided by the European Environment Agency amounting to about 700 000 EUR.
5.
Maximum proportion of project costs to be covered by EEA funding: 90%.
6.
Type of contract and number of grants to be awarded One framework partnership agreement under which several action grants can be concluded. The number of grants is not limited, with one main grant per year.
7.
Eligibility: Who may apply? Legal entities from all EEA Member countries (see list in 3(b) above). The European Environment Agency founding regulation Article 4.4 requires that 'member countries identify the institutions that could be specifically entrusted (...) to act as a topic centre of the network for specific tasks'. Applicants should thus provide for each partner a letter from the EEA Management Board member (see http://www.eea.eu.int/aboutus) of the country in which the partner is based, identifying the institute as able to perform the function of a European Topic Centre within the European Environmental Information and Observation Network.
8.
Provisional notification date of results of the award process Expected in September, after decision by the Management board of the Agency.
9.
Exclusion, selection and award criteria See Sections 6, 7 and 8 of the 'Call for proposals' mentioned in item 12.
10.
Application format and details to be provided Applications must be submitted following the guidelines in the call for proposals mentioned in item 12. For each application, one signed original and five copies must be supplied by the applicant.
11.
Deadline for applications 21 June 2004, 16:00 CET.

Any application received by the European Environment Agency after this deadline will not be considered.

12.
Detailed information Detailed information on this Call for Proposals is contained in the 'Call for proposals for the ETC on biological diversity', which is published together with this notice on the Internet web site of the European Environment Agency on 20 April: http://org.eea.eu.int/tenders.

Any questions regarding this Call for Proposals should be sent by e-mail or fax (including the publication reference of this Call for Proposals shown in item 1) to the European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K. E-mail: jimmy.flindt@eea.eu.int. Fax: +45 33367151.

All applicants are encouraged to consult the above Internet web page regularly before the deadline.



Download



Technical Specification

Annex I - Framework Partnership Agreement

Annex II - Evaluation procedure

Annex III - Identification Sheet

Annex IV - Declaration on Exclusion Criteria

Annex V - Checklist for submitting the proposal

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/04/003 - Expert assistance on State of the Environment Reporting (SOER2005) and indicator-related activities

Call For Tender Published 16 Apr 2004

DK-Copenhagen: expert assistance on State of the Environment Reporting (SOER2005) and indicator-related activities

2004/S 75-063220

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: Ivone Pereira Martins, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: +45 33 36 71 69. Fax: +45 33 36 72 93. E-mail: Ivone.PereiraMartins@eea.eu.int. Telex: http://org.eea.eu.int/tenders.
 2)Address from which further information can be obtained: As in I.1.
 3)Address from which documentation may be obtained: As in I.1.
 4)Address to which tenders/requests to participate must be sent: As in I.1.
 5)Type of contracting authority: EU institution.
Section II: Object of the contract
II. 1)Description
 1.1)Type of works contract (in case of works contract)
 1.2)Type of supplies contract (in case of supplies contract)
 1.3)Type of service contract (in case of service contract): Service category 27.
 1.4)Is it a framework agreement? Yes.
 1.5)Title attributed to the contract by the contracting authority: Expert assistance on State of the Environment Reporting (SOER2005) and indicator-related activities.
 1.6)Description/object of the contract (use continuation sheet if necessary): - Preparing/writing SOER2005 assessment report based on sub-reports and other relevant information;

- supporting the further development of the signals indicator-based report;

- supporting the further development of the core set of indicators;

- providing data, methodological and assessment support on previous products on impacts and effectiveness of environmental and sectoral policy instruments and measures;

- supporting the EG-IRG network and other related experts, organizations and authorities throughout Europe;

 1.7)Site or location of works, place of delivery or performance: The work shall be performed from the contractor's office with regular contacts with the EEA project manager and visits to the EEA according to the tender documents.

NUTS code: DK001.

 1.8)Nomenclature
 1.8.1)Common Procurement Vocabulary (CPV): 90311000.
 1.8.2)Other relevant nomenclature (CPA/NACE/CPC)
 1.9)Division into lots: No.
 1.10)Will variants be accepted (where applicable): No.
 2)Quantity or scope of the contract
 2.1)Total quantity or scope (including all lots and options, if applicable)
 2.2)Options (if applicable). Description and time when they may be exercised (if possible)
 3)Duration of the contract or time-limit for completion: Period in months: 24 + 12 + 12 (from the award of the contract).
Section III: Legal, economic, financial and technical information
III. 1)Conditions relating to the contract
 1.1)Deposits and guarantees required (if applicable)
 1.2)Main terms of financing and payment and/or reference to the relevant provisions (if applicable): See tender documents.
 1.3)Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)
 2)Conditions for participation
 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
 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.

 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 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 past three financial years.

 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.

 3)Conditions specific to services contracts
 3.1)Is provision of the service reserved to a specific profession? No.
 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.
 1.1)Have candidates already been selected? (for negotiated procedure only and if applicable)
 1.2)Justification for the choice of accelerated procedure (if applicable)
 1.3)Previous publication concerning the same contract (if applicable)
 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.
 1.3.2)Other previous publications
 1.4)Envisaged number of suppliers which will be invited to tender (when applicable)
 2)Award criteria: The most economically advantageous tender in terms of criteria as stated below:

- proven experience and good knowledge of policies, sectoral integration and sustainable development, data, information sources and State of the Environment assessments at European level (15 points);

- proven track record of similar activities at the European level, i.e. competence of the working team and capacities to offer expertise on a broad range of assessment frames, and proof of delivery of high quality outputs at EU level, namely successful and land marking publications (30 points);

- composition of the team or consortium, which should reflect the wide geographical area of all EEA member countries (north-south-east-west) and cover the broad type of activities to be performed, as well as good networking capacities throughout Europe (10 points);

- proven experience on methodological indicator development including distance to target analysis, country benchmarking, indicators integrating data across the environmental, social and economic dimensions of sustainable development (15 points);

- excellent writing skills, English editing, and experience in reporting for policy support purposes, and targeted audiences (30 points).

In descending order of priority: no.

Price: provided a minimum of 70 points are achieved, the tender offering the best value for money will be the one which receives the highest score when the total number of points awarded is divided by the average value of the daily fees for senior and junior consultants for extra-muros work.

 3)Administrative information
 3.1)Reference number attributed to the file by the contracting authority: EEA/AIR/04/003
 3.2)Conditions for obtaining contract document and additional documents
 3.3)Time-limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure): 24.5.2004 or 52 days from dispatch of notice.

Time (when applicable): 16.00.

 3.4)Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)
 3.5)Language or languages in which tenders or requests to participate can be drawn up: Danish, Dutch, English, Finnish, French, German, Greek, Italian, Portuguese, Spanish, Swedish.
 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.
 3.7)Conditions for opening tenders
 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 Ms Ivone Pereira Martins by separate mail if you wish to attend the opening.
 3.7.2)Date, time and place: Date: 2.6.2004. Time: 14:00.

Place: European Environment Agency, Reception, Kongens Nytorv 6, DK-1050 Copenhagen K.

Section VI: Other information
VI. 1)Is this notice a non-mandatory one? No.
 2)If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published
 3)Does the contract relate to a project/programme financed by EU funds? No.
 4)Additional information (if applicable): Tenderers from non-EU countries will also be considered.

The first specific agreement is expected to be awarded on signature of the framework contract.

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 (please see general terms and conditions applicable to contracts, Art. 2 (2)) apply to the tenderer.

 5)Date of dispatch of this notice: 2.4.2004.


Download


Annex I - Procedure for submitting a tender

Annex II - Technical Specifications

Annex II A - Core set of indicators

Annex II B - Criteria for core set of indicators

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 - 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/AIR/04/001 - Framing and assessments of the main interactions between Europe's environment and worldwide developments

Call For Tender Published 09 Mar 2004

DK-Copenhagen: framing and assessments of the main interactions between Europe's environment and worldwide developments

2004/S 48-040734

Contract notice

Services

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


Section I: Contracting authority
I. 1) Official name and address of the contracting authority: European Environment Agency, Att: Ronan Uhel, Ref. No. EEA/AIR/04/001, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 71 30. Fax: +45 33 36 72 93. E-mail: Ronan.Uhel@eea.eu.int. URL: http://org.eea.eu.int.
  2) Address from which further information can be obtained: As in I.1.
  3) Address from which documentation may be obtained: As in I.1.
  4) Address to which tenders/requests to participate must be sent: As in I.1.
  5) Type of contracting authority: EU institution.
Section II: Object of the contract
II. 1) Description
  1.1) Type of works contract (in case of works contract)
  1.2) Type of supplies contract (in case of supplies contract)
  1.3) Type of service contract: Service category: 27.
  1.4) Is it a framework agreement? No.
  1.5) Title attributed to the contract by the contracting authority: Framing and assessments of the main interactions between Europe's environment and worldwide developments.
  1.6) Description/object of the contract (use continuation sheet if necessary): a) Compilation of information sources in the form of a database structured around the main interactions between Europe's environment and the global dimension.

b) Processing of data for the production of indicator fact sheets (around 15).

c) Development and writing of an assessment report (around 75 pp).

d) Concrete operational recommendations for regular assessments in this area, in particular global trade and environment.

The EEA has recently initialised the preparation of its next State of the Environment and Outlook Report (SoEOR2005), which is expected to be published in 2005, in order to comply with the European Environment Agency Council Regulation and to support the mid-term review of the 6th Environment Action Programme (6EAP) of the European Union. The report will provide an assessment of both past trends and outlooks for Europe's environment.

It is the current thinking of the European Environment Agency that SoEOR2005 will be a brief and concise report supplemented by a number of sub-reports, including a sub-report with the working title 'Europe's environment and the global dimension: key interactions'. What is the share of Europe in the array of environmental problems of the world? Do some of these problems have their origin in Europe? How, in turn, do international issues affect Europe's management of its environment? Can one anticipate the effects on the environment, somewhere outside Europe, of Europe's economic growth? And so on. This will be the first report by the European Environment Agency to attempt addressing such questions in a structured way. The European Environment Agency seeks consultancy support for the development and writing of this sub-report on the global dimension.

The aim of the sub-report is to contribute, via available relevant information and illustrative cases, to increase the understanding of what these interactions are and how one can relate them to existing policy objectives or not. The project will also help explore whether the European Environment Agency can provide any value-added information to the international trade and environment area on a regular basis.

  1.7) Site or location of works, place of delivery or performance: The work shall be executed from the contractor's offices, with regular contacts with Ronan Uhel, the European Environment Agency Project Manager. An inception meeting as well as two one-day progress meetings will take place at the European Environment Agency in Copenhagen.

NUTS code: DK001.

  1.8) Nomenclature
  1.8.1) Common Procurement Vocabulary (CPV): 90311000.
  1.8.2) Other relevant nomenclature (CPA/NACE/CPC)
  1.9) Division into lots (for details about lots use Annex B as many times as needed): No.
  1.10) Will variants be accepted (where applicable): No.
  2) Quantity or scope of the contract
  2.1) Total quantity or scope (including all lots and options, if applicable)
  2.2) Options (if applicable). Description and time when they may be exercised (if possible)
  3) Duration of the contract or time-limit for completion: Period in month/s: 11 (from the award of the contract).
Section III: Legal, economic, financial and technical information
III. 1) Conditions relating to the contract
  1.1) Deposits and guarantees required (if applicable)
  1.2) Main terms of financing and payment and/or reference to the relevant provisions: See tender documents.
  1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)
  2) Conditions for participation
  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
  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.

  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 he country in which the economic operator is established;

c) a statement of overall turnover concerning the services covered by the contract during a period which may be no more than the last three financial years.

  2.1.3) Technical capacity - means of proof required: Evidence of the technical and professional capacity may be furnished by at least one of the following documents:

a) the educational or 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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of carrying out integrated environment assessments);

b) a description of the measures employed to ensure the quality of services;

c) a list of the principal services provided in the last three years with the sums, dates and recipients, public or private;

d) an indication of the proportion of the contract which the tenderer may intend to subcontract.

  3) Conditions specific to services contracts
  3.1) Is provision of the service reserved to a specific profession? No.
  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.
  1.1) Have candidates already been selected? (for negotiated procedure only and if applicable)
  1.2) Justification for the choice of accelerated procedure (if applicable)
  1.3) Previous publication concerning the same contract (if applicable)
  1.3.1) Prior information notice concerning the same contract (if applicable)
  1.3.2) Other previous publications
  1.4) Envisaged number of suppliers which will be invited to tender (when applicable)
  2) Award criteria: The most economically advantageous tender in terms of criteria as stated below:

1. solid knowledge and understanding of international developments related to environmental matters in the context of global responsibility, including trade and environment issues (maximum 25 points);

2. proven experience in undertaking, writing and publishing high quality work on integrated environmental assessments, including data compilation, processing and indicator development and analysis (maximum 20 points);

3. soundness of the methodological approach (maximum 20 points);

4. competence of working team, as appearing from CVs (maximum 20 points);

5. solid knowledge and understanding of environmental information activities undertaken at the European level in recent years in connection with European policies (maximum 15 points).

In descending order of priority: yes.

Price: the bid offering the best value for money will be chosen, providing minimum 50 points are achieved from the award criteria. The best bid is the one which achieves the lowest number when dividing the price by the number of points awarded.

  3) Administrative information
  3.1) Reference number attributed to the file by the contracting authority: EEA/AIR/04/001.
  3.2) Conditions for obtaining contract document and additional documents
  3.3) Timelimit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure): 19.4.2004 or 52 days from dispatch of notice.

Time: 16.00.

  3.4) Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)
  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.
  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.
  3.7) Conditions for opening tenders
  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 Ronan Uhel by separate mail of your wish to attend the opening.
  3.7.2) Date, time and place: Date: 26.4.2004. Time: 14.00.

Place: European Environment Agency, Reception, Kongens Nytorv 6, DK-1050 Copenhagen K.

Section VI: Other information
VI. 1) Is this notice a non-mandatory one? No.
  2) If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published
  3) Does the contract relate to a project/programme financed by EU funds? No.
  4) Additional information: Prices must be fixed amounts quoted in euros. Estimated travel and subsistence expenses must be indicated separately in the breakdown of costs. The contractor is expected to offer their services showing a budget for their activities stating daily rates according to the expertise and level of experience offered.

The maximum budget foreseen for this task is 150 000 EUR (including all costs). Thus, the tender proposal shall cover a budget maximum of 150 000 EUR including travel.

Submission of a tender implies acceptance of the terms specified in the Agency's General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver of your company's own terms of business.

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 (please see general terms and conditions applicable to contracts, Art. 2 (2)) apply to the tenderer.

Download:

Annex I - Procedure for submitting a tender

Annex II - Terms of reference

Annex III - Identification sheet

Annex IV - Draft service contract

Annex V - General terms and conditions

Annex VI - Reimbursement of travel expenses

Annex VII - Checklist

Annex VIII -SOEOR2005



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/RNC/04/001 - Support to assessment of progress of halting biodiversity loss with respect to the marine environment for the EEA 2005 State of the Environment and Outlook Report

Call For Tender Published 24 Jan 2004
DK-Copenhagen: support to assessment of progress of halting biodiversity loss with respect to the marine environment for the EEA 2005 State of the Environment and Outlook Report

2004/S 17-013597

Contract notice

Services

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


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-bjorn.larsson@eea.eu.int. URL: http://org.eu.int/tenders.
2) Address from which further information can be obtained: As in I.1.
3) Address from which documentation may be obtained: See Annex A.
4) Address to which tenders/requests to participate must be sent: As in I.1.
5) Type of contracting authority: Other (EU Body).


Section II: Object of the contract
II. 1) Description
1.1) Type of works contract (in case of works contract)
1.2) Type of supplies contract (in case of supplies contract)
1.3) Type of service contract: Service.
1.4) Is it a framework agreement? No.
1.5) Title attributed to the contract by the contracting authority: Support to assessment of progress of halting biodiversity loss with respect to the marine environment for the EEA 2005 State of the Environment and Outlook Report.
1.6) Description/object of the contract: Description of the project.
Background.
The EU 6th Environment action programme (6EAP) sets the target of halting the loss of biodiversity in Europe by 2010 ('The 2010 biodiversity target'). The 6EAP identifies the major environmental pressures and problems to biodiversity:
- Pollution from transport, industry and agriculture;
- Changes in land-use and over-exploitation of natural resources;
- Non-native species, incl. GMOs.
- Climate change and expected effects on biodiversity.
Additionally a number of specific biodiversity elements are under threat and pressures in need of attention, such as 'Species in threat of extinction', 'Threats to fish population by over-fishing and by-catches', 'Changes to species and habitats by hunting and fishing', 'Changes to natural genetic resources by land and sea use', 'Tourism in fragile areas (islands, coastal, mountain)', etc.Purpose of the contract
The purpose of the contract is to support a planned EEA report 'Halting biodiversity loss' with respect to the following problem area:
- Marine environment and sustainable fishery.
The objective of the study is to assess progress towards reducing the loss of biodiversity by highlighting the main pressures, the biodiversity state/impact and specific responses in relation to these pressures, cf. the 'D-P-S-I-R' assessment scheme. As far as possible the assessment should be based upon indicators but case studies etc. could be included to support the story-line.
EEA staff will work actively with the elaboration of the report 'Halting biodiversity loss' and the contractor needs to perform the study in good contact with the project coordinator/and or other EEA staff and e.g. experts from the European Topic Centres (ETCs) responsible for other sections of the report. The contractor shall, e.g. as regards indicator development, closely cooperate with the ETCs supporting the EEA, in particular the ETC Water (Lot 1) and/or the ETC Nature Protection and Biodiversity & the ETC Terrestrial Environment (Lot 2).Tasks
Marine environment and sustainable fishery
Biodiversity in seas and oceans suffers from a number of pressures of varying intensity. It is suggested that the discussion on the pressures and resulting impacts on biodiversity is structured under the following headings (may be merged):
1. nature protection (incl. threatened species);
2. fishing;
3. mariculture;
4. alien species;
5. eutrophication;
6. contaminants (pollution);
7. offshore activities and shipping;
8. construction (incl. land reclamation, dredging & dumping);
9. recreational and tourist infrastructure;
10. climate change.
The results should primarily be given with respect to the Large Marine Ecosystems connected to Europe: the Arctic ocean, the North-east Atlantic ocean, the North sea, the Baltic sea, the Mediterranean sea, the Black sea and the Caspian sea.
Substantial background information on the relevant Large Marine Ecosystems is recently published by EEA.
1.7) Site or location of works, place of delivery or performance: European Environment Agency.
1.8) Nomenclature
1.8.1) Common Procurement Vocabulary (CPV)
1.8.2) Other relevant nomenclature (CPA/NACE/CPC)
1.9) Division into lots (for details about lots use Annex B as many times as needed): No.
1.10) Will variants be accepted: Yes.
2) Quantity or scope of the contract
2.1) Total quantity or scope (including all lots and options, if applicable): 80-100 working days required.
2.2) Options (if applicable). Description and time when they may be exercised (if possible)
3) Duration of the contract or time-limit for completion: Period in month/s: 9 (from the award of the contract).


Section III: Legal, economic, financial and technical information
III. 1) Conditions relating to the contract
1.1) Deposits and guarantees required (if applicable)
1.2) Main terms of financing and payment and/or reference to the relevant provisions: General terms and conditions applicable to contracts awarded by the European Environment Agency.
1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)
2) Conditions for participation
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
2.1.1) Legal position - means of proof required
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 have not fulfilled obligations relating to the payment of social security contributions or taxes;
- 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.
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.
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 subcontract.
3) Conditions specific to services contracts
3.1) Is provision of the service reserved to a specific profession? No.
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.
1.1) Have candidates already been selected? (for negotiated procedure only and if applicable)
1.2) Justification for the choice of accelerated procedure (if applicable)
1.3) Previous publication concerning the same contract (if applicable)
1.3.1) Prior information notice concerning the same contract (if applicable)
1.3.2) Other previous publications
1.4) Envisaged number of suppliers which will be invited to tender (when applicable)
2) Award criteria: The most economically advantageous tender in terms of criteria as stated below:
Award criteria.
The contract will be awarded to the most advantageous offer taking into account:
- Expertise - the consultants' knowledge of European marine ecosystems and the relevant major pressures impacting on biodiversity, and knowledge of relevant European data sets as evident from their previous projects and publications/reports;
Understanding - the degree to which tenderers have taken into consideration the general objectives of report to which the study should contribute and in particular how well the study is in line with the approach taken in the chapter 3. 'Major pressures and impacts on Europe's biodiversity' such as they appear above, as well as the contents of the deliverables;
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
Value for money - total price and number of working days offered in comparison to overall project output.
A points system is used to choose the best tender. The distribution of maximum points to each criterion is as follows:
20 points to 'Expertise';
30 points to 'Understanding';
25 points to 'Methodology';
15 points to 'Project Management';
10 points to 'Value for money'.
In descending order of priority: no.
3) Administrative information
3.1) Reference number attributed to the file by the contracting authority: Ref. No EEA/RNC/04/001.
3.2) Conditions for obtaining contract document and additional documents: Obtainable until: 37 days from the date of publication in OJ.
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.
3.4) Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)
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.
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.
3.7) Conditions for opening tenders
3.7.1) Persons authorized to be present at the opening of tenders: Officials from the Agency and financial controller.
3.7.2) Date, time and place


Section VI: Other information
VI. 1) Is this notice a non-mandatory one? No.
2) If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published
3) Does the contract relate to a project/programme financed by EU funds? No.
4) Additional information (if applicable)
5) Date of dispatch of this notice: 14.1.2004.


Annex A

I. 1) Address from which further information can be obtained
2) 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.
3) Address to which tenders/requests to participate must be sent


Download:

Technical Specifications and all Annexes



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/ADM/03/006 - Purchase of office furniture

Call For Tender Published 03 Nov 2003

Call for Tender EEA/ADM/03/006


DK-Copenhagen: purchase of office furniture

2003/S 204-183466


Contract notice


Supplies


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




Section I: Contracting authority


1) Official name and address of the contracting authority: European Environment Agency, Att: Domingo Zorrilla, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 0045 33 36 71 11. Fax: 0045 33 36 71 99. E-mail: Domingo.zorrilla@eea.eu.int. URL: http://org.eea.eu.int/tenders.


2) Address from which further information can be obtained: As in I.1.


3) Address from which documentation may be obtained: As in I.1.


4) Address to which tenders/requests to participate must be sent: As in I.1.


5) Type of contracting authority: EU institution.




Section II: Object of the contract


1) Description


1.1) Type of works contract (in case of works contract)


1.2) Type of supplies contract (in case of supplies contract): Purchase.


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


1.4) Is it a framework agreement? Yes.


1.5) Title attributed to the contract by the contracting authority: Purchase of office furniture.


1.6) Description/object of the contract: Purchase of additional office furniture and maintenance of existing furniture.


1.7) Site or location of works, place of delivery or performance: Kongens Nytorv 6, DK-1050 Copenhagen K. NUTS code: DK000, DK001.


1.8) Nomenclature


1.8.1) Common Procurement Vocabulary (CPV): 36140000; 36110000.


1.8.2) Other relevant nomenclature (CPA/NACE/CPC)


1.9) Division into lots: No.


1.10) Will variants be accepted (where applicable): Yes.


2) Quantity or scope of the contract


2.1) Total quantity or scope (including all lots and options, if applicable)


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


3) Duration of the contract or time-limit for completion: Period in months: 36+12 (from the award of the contract).
Starting 1.3.2004.




Section III: Legal, economic, financial and technical information


1) Conditions relating to the contract


1.1) Deposits and guarantees required (if applicable)


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


1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)


2) Conditions for participation


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


2.1.1) Legal position - means of proof required: - Identification sheet (see tender documents);
- copy of trade register;
- copy of VAT registration.


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 works, supplies or services covered by the contract during a period which may be no more than the last three financial years.


2.1.3) Technical capacity - means of proof required: Evidence of the technical and professional capacity may be furnished on the basis of the following documents:
a) a list of the principal supplies delivered in the past three years, with the sums, dates and recipients, public or private;
b) a description of the measures employed to ensure the quality of services;
c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the firm, especially those responsible for quality control;
d) samples, descriptions and/or authentic photographs and/or certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of the products with the specification or standards in force.


3) Conditions specific to services contracts


3.1) Is provision of the service reserved to a specific profession?


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


1) Type of procedure: Open.


1.1) Have candidates already been selected? (for negotiated procedure only and if applicable)


1.2) Justification for the choice of accelerated procedure (if applicable)


1.3) Previous publication concerning the same contract (if applicable)


1.3.1) b>Prior information notice concerning the same contract (if applicable)


1.3.2) Other previous publications


1.4) Envisaged number of suppliers which will be invited to tender (when applicable)


2) Award criteria: The most economically advantageous tender in terms of:
1. safety of delivery (15);
2. quality and design (30);
3. environmental characteristics (15);
4. price (30);
5. after-sales service plus technical assistance (10).
In descending order of priority: no.


3) Administrative information


3.1) Reference number attributed to the file by the contracting authority: EEA/ADM/03/006


3.2) Conditions for obtaining contract document and additional documents


3.3) Time-limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure):
5.12.2003.
Time: 16.00.


3.4) Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)


3.5) Language or languages in which tenders or requests to participate can be drawn up: Danish, Dutch, English, Finnish, French, German, Greek, Italian, Portuguese, Spanish, Swedish.


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.


3.7) Conditions for opening tenders


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 Mr D. Zorrilla by separate mail of your wish to attend the opening.


3.7.2) Date, time and place: Date: 12.12.2003. Time: 14:00.
Place: European Environment Agency, Reception, Kongens Nytorv 6, DK-1050 Copenhagen K.




Section VI: Other information


1) Is this notice a non-mandatory one? No.


2) If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published


3) Does the contract relate to a project/programme financed by EU funds? No.


4) Additional information: 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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


5) Date of dispatch of this notice: 13.10.2003.



Download documents


Annex I: Technical Specifications [22.2 Kb PDF]

Annex II: Procedure for submitting an offer for Tender EEA/ADM/03/006 [15 Kb PDF]

Annex III: Identification sheet [5.63 Kb PDF]

Annex IV: Standard form framework contract [draft] [28.7 Kb PDF]

Annex V: General terms and conditions [32.2 Kb PDF]

Annex VI: Checklist for submitting an offer [6.51 Kb PDF]


Annex I-VI: All 6 annexes [100 Kb 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/ADM/03/005 - Cleaning of the premises of the European Environment Agency

Call For Tender Published 30 Sep 2003

EEA/ADM/03/005


DK-Copenhagen: cleaning of the premises of the European Environment Agency



2003/S 187-168182


Contract notice


Services


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




Section I: Contracting authority


1) Official name and address of the contracting authority: European Environment Agency, Att: Domingo Zorrilla, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 0045 33 36 71 11. Fax: 0045 33 36 71 99. E-mail: Domingo.zorrilla@eea.eu.int. URL: http://org.eea.eu.int/tenders.


2) Address from which further information can be obtained: As in I.1.


3) Address from which documentation may be obtained: As in I.1.


4) Address to which tenders/requests to participate must be sent: As in I.1.


5) Type of contracting authority: EU institution.



Section II: Object of the contract


1) Description


1.1) Type of works contract (in case of works contract)


1.2) Type of supplies contract (in case of supplies contract)


1.3) Type of service contract (in case of service contract): Service category 14.


1.4) Is it a framework agreement? Yes.


1.5) Title attributed to the contract by the contracting authority: Cleaning of the premises of the European Environment Agency.


1.6) Description/object of the contract: Regular cleaning of the premises (offices, meeting rooms, etc.) of the European Environment Agency, which cover a total area of almost 7 000 m2, spread over five storeys according to tender documents.


1.7) Site or location of works, place of delivery or performance:
Kongens Nytorv 6, DK-1050 Copenhagen K.
NUTS code: DK000, DK001.


1.8) Nomenclature


1.8.1) Common Procurement Vocabulary (CPV): 74750000.


1.8.2) Other relevant nomenclature (CPA/NACE/CPC)


1.9) Division into lots: No.


1.10) Will variants be accepted: No.


2) Quantity or scope of the contract


2.1) Total quantity or scope (including all lots and options, if applicable)

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

3) Duration of the contract or time-limit for completion: Period in months: 36+12 (from the award of the contract). Starting: 1.3.2004.



Section III: Legal, economic, financial and technical information


1) Conditions relating to the contract


1.1) Deposits and guarantees required (if applicable)


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


1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)


2) Conditions for participation


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


2.1.1) Legal position - means of proof required: - Identification sheet (see tender documents); - copy of trade register;- copy of VAT registration.


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 works, supplies or services covered by the contract during a period which may be no more than the past three financial years.


2.1.3) Technical capacity - means of proof required:
Evidence of the technical and professional capacity may be furnished on the basis of the following documents:
a) a list of the principal services provided in the past three years, with the sums, dates and recipients, public or private;
b) a description of the measures employed to ensure the quality of services;
c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the firm, especially those responsible for quality control;
d) a statement of the average annual manpower and the number of managerial staff of the service provider or contractor in the past three years;
e) an indication of the proportion of the contract which the service provider may intend to subcontract.


3) Conditions specific to services contracts


3.1) Is provision of the service reserved to a specific profession? No.


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


1) Type of procedure: Open.


1.1) Have candidates already been selected? (for negotiated procedure only and if applicable)


1.2) Justification for the choice of accelerated procedure (if applicable)


1.3) Previous publication concerning the same contract (if applicable)


1.3.1) Prior information notice concerning the same contract (if applicable)


1.3.2) Other previous publications


1.4) Envisaged number of suppliers which will be invited to tender (when applicable)


2) Award criteria: The most economically advantageous tender in terms of:
1. working environment (30);
2. external environment (20);
3. quality (20);
4. price (30).
In descending order of priority: no.


3) Administrative information


3.1) Reference number attributed to the file by the contracting authority: EEA/ADM/03/005.


3.2) Conditions for obtaining contract document and additional documents


3.3) Time-limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure): 10.11.2003 or 52 days from dispatch of notice. Time: 16.00.


3.4) Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)


3.5) Language or languages in which tenders or requests to participate can be drawn up: Danish, Dutch, English, Finnish, French, German, Greek, Italian, Portuguese, Spanish, Swedish.


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.


3.7) Conditions for opening tenders


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 Mr D. Zorrilla by separate mail of your wish to attend the opening.


3.7.2) Date, time and place: Date: 17.11.2003. Time: 14:00. Place: European Environment Agency, Reception, Kongens Nytorv 6, DK-1050 Copenhagen K.



Section VI: Other information


1) Is this notice a non-mandatory one? No.


2) If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published


3) Does the contract relate to a project/programme financed by EU funds? No.


4) Additional information (if applicable): Grounds for exclusion:
The tenderer shall provide an auto-declaration, preferably made on oath before a judical 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 (please see general terms and conditions applicable to contracts, Art. 2 (2)) applies to the tenderer.
Inspection visit (no reimbursement of costs):
A presentation of the EEA premises will be conducted by Mr. Domingo Zorrilla, Logistics Group Coordinator, on Wednesday, 22 October 2003 at 17:30 (meet at the entrance of the Agency, please be in time). Drawings of the building are handed out during this visit.


5) Date of dispatch of this notice: 18.9.2003.



Download:

Annex I: Technical Specifications [263 Kb PDF]

Annex II: Procedure for submitting [15 Kb PDF]

Annex III: Identifiaction sheet [5 Kb PDF]

Annex IV: Draft Framework contract [28 Kb PDF]

Annex V: General Terms [32 Kb PDF]

Annex VI: Checklist [6 Kb PDF]


Annex I-VI: All 6 annexes [358 Kb 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/03/004 - Assessing the potential impact of large-scale biofuel production on agricultural land use, farmland habitats and related biodiversity

Call For Tender Published 03 Oct 2003

Assessing the potential impact of large-scale biofuel production on agricultural land use, farmland habitats and related biodiversity


Open call for tender: EEA/EAS/03/004


Project manager: Jan-Erik Petersen




1.1 Introduction


a) Importance of biofuels


There is now a strong interest in the use of biomass for the efficient and clean production of heat and electricity and for the production of renewable transport fuels. Biomass provided a very significant part of the EU’s renewable energy in 1999, and it appears to be the renewable energy source with the highest potential to contribute to a future sustainable energy supply for the European Union. In Finland, Sweden and Austria, it currently covers 23%, 18% and 12% of the primary energy demand. Biomass is a particularly attractive option for a number of reasons.


  • It is widespread, diverse and renewable, contributing both to the security of energy supply and to the diversification of energy sources.
  • It can produce a low-carbon source of electricity.
  • Modern biomass conversion technologies have brought emissions down to very low levels.
  • Plantations of woody crops for biomass, if carefully planned and managed, can yield benefits such as watershed protection, habitat and amenity value and the rehabilitation of degraded areas.
  • Biomass production can provide an alternative market for agricultural production, contributing to agricultural diversification and rural development.

There is a wide range of agricultural and forestry biomass resources, ranging from dedicated energy crops such as oil and starch crops, to secondary residues such as sawmill waste. Some crops, such as sugar beet, have a high-energy yield per hectare but little use can be made of their by-products. Others, such as oilseed rape, have a lower energy yield per hectare but yield a number of useful by-products (high-protein animal feed, glycerine) that contribute to overall energy and economic balance.


Energy content is only one feature of these crops. Some can only be grown in rotation with other crops, may require more irrigation and chemical inputs than others, and some provide useful cover for wildlife. Some are being exported, while others are already being imported. A simple cost-benefit analysis does not capture the full range of costs and benefits that arise, and nor does a simple comparison between biomass fuels and their fossil alternatives. An integrated framework for assessing the broader, cross-sectoral environmental impact of expanding biomass production and use is needed to ensure that all the important factors are taken into account. The EEA has done some work on this issue during the course of 2003 (see Annex A).


b) Policy background


A recent Directive (2003/30/EC) on increasing the use of biofuels in the EU is promoting the use of biomass for transport fuel. The Directive sets out a wide range of alternative fuel options to encourage a diversification of fuel supply, setting out two targets for the increase of biofuel use in transport. The aim for phase one of the Directive is to replace 2% of petrol and diesel used for transport by end 2005 with biofuels and other renewable fuels. During the second phase the substitution target is 5.75 % of all petrol and diesel for transport purposes to be met by biofuels and other renewable fuels by end 2010.


Throughout this period Member States have to report annually on their national implementation of the Directive and future plans on measures to be taken for promoting the use of biofuels or other renewable fuels to replace diesel or petrol for transport purposes. In making such plans they should consider, inter alia, the overall climate and environmental balance of these different types of fuels. By 31 December 2006 at the latest, and then every two years, the Commission is required to report to Parliament and Council on the progress made by Member States in the use of biofuels or other renewable fuels. These reports shall serve for the purpose of evaluating targets and policies for increasing the use of biofuels and other renewable fuels in transport in the EU.


The Directive provides clear guidance for reporting on the ex-ante impacts of expanding the use of biofuels in phase two. On the basis of these assessments, especially at the end of phase one, significant changes could be made to the list of biofuels, the percentage of renewable content and the schedule for introducing biofuels into the transport-fuel market. The evaluation reports of the Commission shall cover a considerable range of environmental aspects, including the lifecycle perspective of biofuels and other renewable fuels as well as the sustainability of crops used for the production of biofuels, particularly land use, degree of intensity of cultivation, crop rotation and use of pesticides.


The mid-term reform of the EU Common Agricultural Policy has introduced a new policy measure for the promotion of energy crops via a payment of 45 euro per ha per year for such crops. While the energy crop payment is currently limited to 1.5 million ha in the EU-15 countries its extension to the new Member States has to be expected. To reach the target of 5.75 % of all transport fuel to be derived from bioenergy by 2010 on the basis of agricultural biomass would mean that between 4 and 13 % of farmland in the EU-25 would have to be planted with biofuel crops (depending on the choice of crops and technological development) (Jensen, 2003, Scenario analysis for DG JRC-IPTS). This would have substantial consequences for overall land use intensity, minimising the area that is set-aside or currently abandoned and encouraging higher production intensity elsewhere.


c) Environmental impacts


The cultivation of biomass for energy has various potential impacts on soil, water, air and biodiversity. A range of studies has already addressed the potential environmental benefits and disadvantages of different biofuels. Most of these have focused on greenhouse gas and energy efficiency balances. However, a much wider range of impacts can be identified:

  • Biodiversity (changes in the use of chemical inputs, changes in crop rotations, possible arable conversion of grassland)
  • Soil (organic matter content, soil structure, nutrient content)
  • Quality of water and watersheds, use of water
  • Air and atmosphere (ozone, acidification, particulate emissions)
  • Human health (pollution of air and water, allergenic pollen from crops)
  • Amenity value.

With regard to agricultural biofuel production it is important to consider that biodiversity on farmland generally benefits from diverse cropping patterns and low intensity. On species-rich grasslands, continuity of management is important. Where high-input biofuel crops displace extensive systems, the biodiversity of those systems will suffer. Where semi-natural grasslands or diverse forests are replaced by energy crops the impact on biodiversity is likely to be significant. On the other side, a widening of crop rotations by the introduction of additional biofuel crops can increase habitat diversity in intensively used arable (and grassland) regions.


1.2 Purpose of call for tender


The purpose of the study is to assess the likely impact of increased biofuel production on agricultural land use and intensity, and consequently farmland habitats and biodiversity. The study cuts across work of the EEA in the areas of biodiversity, transport, energy and agriculture. The work is designed to contribute to:

  • the development of assessment tools and environmental knowledge of use to Member States and the Commission in their reporting under the biofuels directive;
  • the work of the EEA in the context of the 2005/6 mid-term evaluation of progress towards meeting the biodiversity target under the 6th Environmental Action Programme of the EU.

The overall task of the successful tenderer is to provide by September 2004 an assessment report of the potential impact of agricultural biofuel production (according to the targets set in Directive 2003/30/EC) on farmland habitats and biodiversity.


1.3 Tasks


The tenderer will provide in his offer a proposal for a detailed work plan for each of the following tasks:

  • 1. Assist in documenting and analysing the outcome of an expert meeting on biofuel production, agricultural land use, farmland habitats and biodiversity that will be organised by the EEA in late 2003.
  • 2. On the basis of task 1 and other information, build an analytical framework for the assessment of the environmental impact of large-scale biofuel production on agricultural land use, farmland habitats and related biodiversity, taking account of previous work at the EEA (planned EEA Signals snapshot + OECD paper), work at OECD level, and the requirements under Directive 2003/30/EC. This framework should be designed to fit into wider integrated assessment frameworks for analysing the environmental impacts of biofuels. It can also be embedded in such a framework if the successful tenderer considers this a useful approach.
  • 3. Review existing information on the impact of industrial scale biofuel crops on agricultural land use intensity, farmland habitats and biodiversity. Particular attention should be paid to habitats and species listed under the Birds and Habitats Directives.
  • 4. Compile agriculture statistics and biofuel production scenarios that are relevant to assessing the agricultural area likely to be taken up with biofuel crops in the context of the targets set in Directive 2003/30/EC for 2005 and 2010. These scenarios should take into account different combinations of the two main current approaches for the production of transport biofuels (bio-ethanol and biodiesel). They also need to investigate the potential implications of a substantial share of imported biomass as source for the production of transport biofuels. The range and number of scenarios to be analysed will be agreed with the EEA project manager on the basis of a proposal by the successful tenderer.
  • 5. Analyse the potential impact of biofuel production on habitats and biodiversity on the basis of steps 3) and 4). Potential impacts on the Natura 2000 network of protected sites need to be included in this analysis. The EEA is currently working on identifying high nature value farmland areas in the EU. The results of this work could feed into this task.
  • 6. Produce a map of the results of steps 4) and 5) and ensure integration of all spatially relevant information in a GIS system compatible with those in use at the EEA. This should as a minimum include information on present agricultural cropping patterns, likely distribution and area of biofuel crops (linked to the 2% and 5.75% targets of directive 2003/30/EC). As a second step an overlay of spatial information developed by the consultant with Natura 2000 sites and high nature value farmland areas (as far as such data is available) needs to be carried out. The EEA can provide relevant spatial data for this second step.
  • 7. Summarise the results of the previous steps in a final assessment report on the ‘environmental impact of large-scale biofuel production on agricultural land use, farmland habitats and related biodiversity’. The report should be of sufficient quality to be ready for publishing as an EEA issue report.

It is expected that the execution of the above tasks will require 120-140 working days, of which up to 25 % should remain available for completion of task 7. However, this figure is guidance only and tenderers are free to suggest a high or lower number of working days. The precise division of work and budget within the contract will be agreed with the successful tenderer at the beginning of the contract.


1.4 Geographic coverage


The indicator development and reporting has to cover the EU-25 countries (the current EU Member States and the ten acceding countries).


1.5 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 8 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 five meetings with the EEA Project Manager or visits to the EEA will be necessary:

  • Start-up meeting and participation in the EEA expert meeting on biofuel production, agricultural land use, farmland habitats and biodiversity;
  • 1st Interim meeting to approve the analysis and documentation of the above EEA expert meeting as well as the analytical framework to be applied in the project (task 2);
  • 2nd interim meeting to discuss and approve the outcome of tasks 3) and 4);
  • 3rd interim meeting to discuss and approve the outcome of tasks 5) and 6);
  • Final meeting to discuss the completion of the final report specified in task 7.

1.6 Deliverables


The tenderer should submit the following deliverables:

  • 2 Detailed work plan for the project, one week before the start-up meeting (three hard copies and one WORD file);
  • 3 One report on the documentation of the above EEA expert meeting as well as the analytical framework to be applied in the project (task 2); approximately two months into the project (three hard copies and one WORD file);
  • 4 An interim report on the data and results arising from tasks 3) and 4) (approximately six months into the project);
  • 5 A draft final report on the outcome of tasks 5) and 6), providing a detailed assessment of the environmental impact of large-scale biofuel production on agricultural land use, farmland habitats and related biodiversity. The spatial presentation of the results should be provided as a geodatabase coverage, including meta data, with look up tables (approximately six months into the project);
  • 6 Final report on the environmental impact of large-scale biofuel production on agricultural land use, farmland habitats and related biodiversity - ready for publication as EEA issue report. (Three hard copies and one WORD file).

6.1 Payment

  • 30 % within 45 days of signing of the contract;
  • 40 % within 45 days of acceptance of deliverables 1), 2), 3) and 4);
  • The balance within 45 days of acceptance of deliverables 5) and 6).

6.2 Contract


In drawing up the bid, the tenderer should bear in mind the provisions of the standard contract attached to this invitation to tender (Annex I)


This contract can be extended according to the original conditions. Such an extension has to be applied for at least one month before expiry of the original contract.


6.3 Submission of tenders


a) The tender must include:

  • all the information and documents required by the authorising department for the appraisal of tender, on the basis of the selection and award criteria in Section 1.11;
  • the filled-out identification sheet (Annex III to this technical specification)
  • the price in accordance with Section 1.10.

b) Postal address: the European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K, Denmark, for the attention of Jan-Erik Petersen and marked “Reply to open call for tender EEA/EAS/03/004”.


c) Languages in which they must be drawn up: 1 of 13 official languages of the European Environment Agency (the 11 official European Community languages plus Norwegian or Icelandic).


d) Deadline for submission: 52 days from dispatch of this notice.


e) Other requirements: Tenders must be submitted in three copies and placed inside two sealed envelopes. The inner envelope, addressed to the person indicated above, should be marked: “Invitation to open call for tender EEA/EAS/03/004 Not to be opened by the internal mail department”. If self-adhesive envelopes are used, they must be sealed with tape and the sender must sign across the tape.


6.4 Prices


Prices must be fixed amounts in EURO. Apart from a total offer for the services, rates per day should be given. In addition the tenderer is requested to detail the expected part of the budget allocated to each task.


Travel and subsistence expenses likely to be incurred in the course of execution of the contract are not covered by daily rates. Estimated travel and subsistence expenses must thus be indicated separately. (Travel and subsistence expenses will not be taken into account when deciding whom to award the contract to.)


Travel and subsistence expenses shall be reimbursed in accordance with the rules and conditions relating to the payment of missions expenses in force at the Agency (see Annex IV).


The estimate of costs should be based on Annexes I, II and IV of these specifications and include any travel required to meet representatives of the Agency. In any event it should include the maximum amount of travel and subsistence expenses payable for the services provided.


Tenders from consortiums of firms or groups of service providers, contractors or suppliers must specify the role, qualifications and experience of each member of each group.


6.5 Selection of contractors and award of contracts


The selection of contractors and the award of contracts will based on the following steps:

  • 1. a check whether certain contractors should be excluded based on grounds for exclusion;
  • 2. a check on contractors’ financial and economic standing and technical and professional competence based on selection criteria;
  • 3. a comparison of tenders on the basis of the award criteria

6.5.1 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 have not fulfilled obligations relating to the payment of social security contributions or taxes;
  • 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 above by signing and including the attached Declaration on Exclusion Criteria (Annex VI).


p class="head0">6.5.2 Selection criteria


The selection criteria for contractors is based on financial and economic standing and technical and professional competence.


6.5.2.1 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.

6.5.2.2 Technical and professional competence


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.

6.5.3 Award criteria


The contract will be awarded to the most advantageous offer taking into account:

  • Expertise - the consultants’ knowledge of European agriculture, farmland habitats and related biodiversity, knowledge of agricultural biofuel production in Europe, agri-environmental expertise and knowledge of EU statistical data sets 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.

6.5.4 Points system


A points system is used to choose the best tender. The distribution of maximum points to each criterion is as follows:

  • 25 points to ‘Expertise’
  • 35 points to ‘Methodology’
  • 15 points to ‘Project Management’
  • 10 points to ‘Understanding’
  • 15 points to ‘Value for money’

 

Download:


Annex I: EEA standard study contract [20 Kb PDF]

Annex II: General terms and conditions applicable to contracts awarded by the EEA [32 Kb PDF]

Annex III: Identification sheet [5 Kb PDF]

Annex IV: Reimbursement of travel expenses [7 Kb PDF]

Annex V: VAT and excise duty exemption [30 Kb PDF]

Annex VI: Declaration on Exclusion Criteria [5 Kb PDF]


Annex A: A framework for evaluating the environmental impact of biofuel use [94 Kb PDF]

Annex B: Scenario Analysis of Consequence of Renewable Energy Policies for Land Area Requirements for Biomass Production [52 Kb PDF]

Annex C: EEA guidelines for geographic data and maps [3,96 Mb PDF]


Annex I-VI + A,B,C: All 9 annexes [4,15 Mb 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/RNC/03/016 - Outlooks on selected agriculture variables for the 2005 State of the Environment and Outlook Report

Call For Tender Published 26 Sep 2003

EEA/RNC/03/016


DK-Copenhagen: outlooks on selected agriculture variables for the 2005 State of the Environment and Outlook Report



2003/S 184-165730


Contract notice


Services


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



Section I: Contracting authority


1) Official name and address of the contracting authority: European Environment Agency, Att: Stephane Isoard, reference No EEA/RNC/03/016, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 72 84. Fax: +45 33 36 72 93. E-mail: Stephane.Isoard@eea.eu.int. URL: http://org.eea.eu.int.


2) Address from which further information can be obtained: As in I.1.


3) Address from which documentation may be obtained: As in I.1.


The tender documents include all relevant information (e.g. how to submit tenders, terms of reference, forms, etc.). The tender documents can also be obtained from the European Environment Agency in three ways:

  1. 1. by downloading all documents from the EEA web-site (http://org.eea.eu.int/tenders)
  2. 2. by sending a request by e-mail to Stephane.Isoard@eea.eu.int
  3. 3. by writing a letter to the address above in I.1.

4) Address to which tenders/requests to participate must be sent: As in I.1.


5) Type of contracting authority: EU institution.


Section II: Object of the contract


1) Description


1.3) Type of service contract (in case of service contract): Service category 27.


1.4) Is it a framework agreement? No.


1.5) Title attributed to the contract by the contracting authority: Outlooks on selected agriculture variables for the 2005 State of the Environment and Outlook Report.


1.6) Description/object of the contract: Undertake quantitative outlooks for selected agriculture variables, including a baseline projection, sensitivity runs on key driving forces and two alternative scenarios. The outlook activities will have to supplement the existing projections used in the RAINS model within the framework of the CAFE (Clean Air For Europe, DG Environment) programme and, to do so, make use as much as possible of the existing European Commission projections developed up to 2009/2012 (DG Agriculture). The projections developed by the contractor will be used in the RAINS model, both within the CAFE framework and EEA's air and climate change scenarios developed by the European Topic Centre on Air and Climate Change, in order to make projections of emissions of pollutants (e.g. nitrous oxide (N2O), methane (CH4), ammonia (NH3)).


Scope of the study: as many as possible of EEA 31 member countries + Switzerland. Results should be reported at national level. Timeframe: projections up to 2020 for all the parameters and variables given in Appendix A of the Terms of Reference, and as many as possible of these up to 2030.


The following tasks are foreseen:


Task 1: Provide an overview of the most recent and important outlooks at European and national levels for the selected agriculture variables

Provide an overview of the most recent and important outlooks at European and national levels for the selected agriculture variables. This implies providing a summary or synthesis, a comparison and an analysis of the main results. Due attention will have to be paid to the modelling tools used to undertake the projections.


Task 2: Detailed description and discussion of the driving forces for the selected agriculture variables


Provide a detailed description and discussion of the (economic, sectoral, political and social) driving forces for the selected agriculture variables and how the key driving forces affect (presently and in the future) farmers' and consumers' behaviours (e.g. risk attitude, technology adoption, etc.). Provide a detailed description and discussion of how the key driving forces and their impact on farmers' and consumers' behaviours are reflected/modelled within the quantitative tool to be used for the projections. Both demand and supply side (sectoral and technical) driving forces will have to be analysed. A sub-set of key driving forces should be defined in light of their importance for the selected agriculture variables in the future and the policy options. Undertake a discussion of the key assumptions, modelling approach and tools to be used to undertake the projections. In that perspective, the contractor will be provided with the relevant statistical data on agriculture by the EEA. EEA indicator fact sheets related to agriculture can be found at the following address: http://ims.eionet.eu.int/Topics/AGRI/indicators.


Task 3: Analysis of the future development of the key driving forces and running the baseline scenario for the selected agriculture variables


The baseline scenario for the selected agriculture variables will be based on an analysis of the future development of the key driving forces. The main uncertainties will be identified and discussed. The baseline scenario should include as much as possible all the agreed EU policies up to the end of 2003 (i.e. including 2003 CAP reform negotiations). For the development of the projections, due attention will also be paid to global issues (e.g. World Trade Organisation (WTO) arrangements, etc.). In order to ensure consistency and coherence between EEA's outlooks activities across sectors and themes, the assumptions on the future development of the driving forces will have to build on existing driving forces used by the EEA for the SoEOR2005 report, in particular for population trends, economic growth or water availability. A comparative assessment of the baseline scenario with the most recent and important outlooks for the selected agriculture variables will also be done. The sensitivity runs on key driving forces will be reported and the baseline projection will be re-interpreted in light of these.


Task 4: Development of two alternative scenarios to the baseline projection for the selected agriculture variables


The contractor will develop two alternative scenarios to the baseline projection based on an alternative analysis of the future development of the key driving forces. Storylines will be developed, including possible policies and measures, and options affecting the future development of the agriculture sector, e.g. contrasting a liberalized versus a protected EU agriculture market. Alternative assumptions for technological change/shift or social trends could also be the focus for such scenarios. The alternative scenarios will be discussed and agreed between the contractor and the EEA, taking into account the advice/comments from an Advisory Group. The EEA intends to set up an Advisory Group, consisting of representatives from the Commission (DG ENV, DG AGRI, DG TREN, DG RTD) and additional experts, for the air and climate change scenarios in the SoEOR2005 report. A sub-group could focus on the agriculture outlooks. A comparative assessment of the alternative scenarios with the most recent and important outlooks for the selected agriculture variables will also be done.


Task 5: Final report to the EEA


The results of the study shall be reported to the EEA in an interim report summarizing the results of tasks 5.2 and 5.3 and providing proposals for task 5.4 and 5.5 (no later than four months after signing the contract), a final draft report (no later than eight months after the signing of the contract) and a final report (no later than nine months after the signing of the contract). The database of the results, which should be delivered to the EEA in Microsoft Access or Excel formats, will have to include the entire outlook data used for the final report.


1.7) Site or location of works, place of delivery or performance: The work shall be executed from the contractor's offices, with regular contacts with Stephane Isoard, the EEA Project Manager at the EEA, see the address above in I.1.


NUTS code: DK001.


1.9) Division into lots: No.


1.10) Will variants be accepted: No.


3) Duration of the contract or time-limit for completion: Period in months: 9 (from the award of the contract).


Section III: Legal, economic, financial and technical information


1) Conditions relating to the contract


1.1) Deposits and guarantees required (if applicable): Not applicable.


1.2) Main terms of financing and payment and/or reference to the relevant provisions: Not applicable.


1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable): Not applicable.


2) Conditions for participation

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


2.1.1) Legal position - means of proof required: Proof of the legal status may be furnished by the following documents:

  • an identification sheet (name or business name, legal status, contact person, bank account, etc.).
  • Where applicable, references of inscription in the VAT-register.
  • Where applicable, references of inscription in the trade register.

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:

  • 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 sheets is required under the company law of the country in which the economic operator is established.

2.1.3) Technical capacity - means of proof required: Evidence of the technical and professional capacity may be furnished by the following documents:

  • the educational or 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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of agriculture and environment issues at national and European levels and modelling activities in these areas);
  • a description of the measures employed to ensure the quality of services;
  • a list of the principal services provided in the last three years with the sums, dates and recipients, public or private;
  • an indication of the proportion of the contract, which the tenderer may intend to subcontract.

3) Conditions specific to services contracts

3.1) Is provision of the service reserved to a specific profession? No.


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


1) Type of procedure: Open.


2) Award criteria: The most economically advantageous tender in terms of:

  1. 1. soundness of the methodological and modelling approach (30).
  2. 2. Proven experience in modelling activities in the agriculture area as a tool to publish high quality outlook studies on agriculture issues for EEA's member countries. The contractor will provide a proven track record accordingly (20).
  3. 3. Competence of working team, as appearing from CVs (20).
  4. 4. Very good knowledge and understanding of agriculture issues at national and European levels, i.e. the driving forces, the institutional frameworks within which the policies are implemented (20).
  5. 5. Price (10) (in the awarding criteria the price will be valued as follows: 10 points for the cheapest offer, 0 points for the most expensive offer, whereas offers with prices in between will be valued pro rata).

The contract will be awarded to the tender offering the best value for money, considering the above criteria with the weighting in points given in brackets. For each criterion, the number of points to the awarded contractor shall be at least 50% of the maximum points.


3) Administrative information


3.1) Reference number attributed to the file by the contracting authority: EEA/RNC/03/016.


3.3) Time-limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure): 6.11.2003.

Time: 16.00.


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.


Other(s) - third country: Bulgarian; Czech; Estonian; Hungarian; Icelandic; Latvian; Lithuanian; Norwegian; Polish; Romanian; Slovak; Slovenian; Turkish.


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.


3.7) Conditions for opening tenders


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 Stephane Isoard by separate mail if you wish to attend the opening.


3.7.2) Date, time and place: Date: 14.11.2003. Time: 10.00.

Place: European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.


Section VI: Other information


1) Is this notice a non-mandatory one? No.


3) Does the contract relate to a project/programme financed by EU funds? No.


4) Additional information (if applicable): Financing and payment:


prices must be quoted in euro;
prices must be fixed amounts;
estimated travel and subsistence expenses must be indicated separately in the breakdown of costs.


The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.


The maximum budget foreseen for this task is 90 000 EUR (including all costs). Thus, the tender proposal shall cover a budget maximum of 90 000 EUR including travel.


Submission of a tender implies acceptance of the terms specified in the Agency's 'General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver your company's own terms of business.


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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


5) Date of dispatch of this notice: 15.9.2003.


Download:

Annex I: Procedure for submitting an offer for Tender EEA/RNC/03/016

Annex II: Terms of reference

Annex III: Identification sheet

Annex IV: Draft service contract

Annex V: General terms and conditions

Annex VI: Reimbursement of travel expenses

Annex VII: Checklist for submitting an offer


Annex I-VII: All 7 annexes


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/RNC/03/012 - Information base and pre-processing of key data on the main interactions between Europe's environment and worldwide developments

Call For Tender Published 23 Sep 2003

Call for Tender: EEA/RNC/03/012



DK-Copenhagen: information base and pre-processing of key data on the main interactions between Europe's environment and worldwide developments


2003/S 182-164042

Contract notice

Services


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




Section I: Contracting authority


1) Official name and address of the contracting authority: European Environment Agency, Att: Ronan Uhel, reference No EEA/RNC/03/012, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: +45 33 36 71 30. Fax: +45 33 36 71 28. E-mail: ronan.uhel@eea.eu.int. URL: http://org.eea.eu.int.


2) Address from which further information can be obtained: As in I.1.


3) Address from which documentation may be obtained: As in I.1.


The tender documents include all relevant information (e.g. how to submit tenders, terms of reference, forms, etc.). The tender documents can also be obtained from the European Environment Agency in three ways:


1) by downloading all documents from the EEA web-site (http://org.eea.eu.int/tenders)


2) by sending a request by e-mail to ronan.uhel@eea.eu.int


3) by writing a letter to the address above in I.1.


4) Address to which tenders/requests to participate must be sent: As in I.1.


5) Type of contracting authority: EU institution.


Section II: Object of the contract


1) Description


1.3) Type of service contract (in case of service contract): Service category 27.


1.4) Is it a framework agreement? No.


1.5) Title attributed to the contract by the contracting authority: Information base and pre-processing of key data on the main interactions between Europe's environment and worldwide developments.


1.6) Description/object of the contract:


a) Compilation of information sources in the form of a data base structured around the main interactions between Europe's environment and the global dimension;

b) pre-processing of data for the production of indicator fact sheets.
The EEA has recently initialized the preparation of its next State of the Environment and Outlook report (SoEOR2005), which is expected to be published in 2005, in order to comply with the EEA Council Regulation and to support the mid-term review of the 6th Environment Action Programme (6EAP) of the European Union. The report will provide an assessment of both past trends and outlooks for Europe's environment.
It is the current thinking of the EEA that SoEOR2005 will be a brief and concise report supplemented by a number of sub-reports, including a sub-report with the working title 'Europe's environment and the Global dimension: key interactions'. What is the share of Europe in the array of environmental problems of the world? Do some of these problems have their origin in Europe? How in turn international issues affect Europe's management of its environment? Can one anticipate the effects on the environment, somewhere outside Europe, of Europe's economic growth? And so on. This will be the first report by the EEA to attempt addressing such questions in a structured way. For this sub-report the EEA needs to compile a list of relevant information sources on the basis of which data and qualitative information can be exploited for the assessment.
The contractor who will be awarded the contract shall prepare the above-mentioned compilation and organize it in the form of a database. In their offer, the tenderer must propose a structure for the database which will be discussed during the inception meeting of the contract. In view of the production of fact sheets, which will be processed from the compiled database, the bidder must provide proposals for the main indicators to be considered in the assessment.


1.7) Site or location of works, place of delivery or performance: The work shall be executed from the contractor's offices, with regular contacts with Ronan Uhel, the EEA Project Manager at the EEA, see the address above in I.1. An inception meeting, as well as one progress meeting (1 day meeting) will take place at the EEA headquarters, Copenhagen.
NUTS code DK001.


1.9) Division into lots: No.


1.10) Will variants be accepted: No.


3) Duration of the contract or time-limit for completion: Period in months: 11 (from the award of the contract).


Section III: Legal, economic, financial and technical information


1) Conditions relating to the contract


1.1) Deposits and guarantees required (if applicable): Not applicable.


1.2) Main terms of financing and payment and/or reference to the relevant provisions: Not applicable.


1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable): Not applicable.


2) Conditions for participation


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


2.1.1) Legal position - means of proof required: Proof of the legal status may be furnished by the following documents:

  • an identification sheet (name or business name, legal status, contact person, bank account, etc.).
  • Where applicable, references of inscription in the VAT-register.
  • Where applicable, references of inscription in the trade register.

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:

  • 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 sheets is required under the company law of the country in which the economic operator is established.

2.1.3) Technical capacity - means of proof required: Evidence of the technical and professional capacity may be furnished by the following documents:

  • the educational or 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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of carrying out integrated environment assessments);
  • a description of the measures employed to ensure the quality of services;
  • a list of the principal services provided in the last three years with the sums, dates and recipients, public or private;
  • an indication of the proportion of the contract which the tenderer may intend to subcontract.

3) Conditions specific to services contracts


3.1) Is provision of the service reserved to a specific profession? No.


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


1) Type of procedure: Open.


2) Award criteria: The most economically advantageous tender in terms of:
1. proven experience in undertaking and publishing high quality work on integrated environmental assessments, including data compilation, processing and indicator development and analysis (max. 25 points).
2. Solid knowledge and understanding of international developments related to environmental matters in the context of sustainability, including trade and environment issues (max. 15 points).
3. Solid knowledge and understanding of environmental information activities undertaken at the European level in recent years in connection to European policies (max. 15 points).
4. Soundness of the methodological approach (max. 25 points).
5. Competence of working team, as appearing from CVs (max. 20 points).
Price: The bid offering the best value for money will be chosen, providing minimum 50 points are achieved from the award criteria. The best bid is the one which achieves the lowest number when dividing the price by the number of points awarded.


3) Administrative information


3.1) Reference number attributed to the file by the contracting authority: EEA/RNC/03/012.


3.3) Time-limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure): 3.11.2003.
Time: 16.00.


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.
Other(s) - third country: Bulgarian; Czech; Estonian; Hungarian; Icelandic; Latvian; Lithuanian; Norwegian; Polish; Romanian; Slovak; Slovenian; Turkish.


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.


3.7) Conditions for opening tenders


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 Ronan Uhel by separate mail if you wish to attend the opening.


3.7.2) Date, time and place: Date: 12.11.2003. Time: 10.00.
Place: European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.


Section VI: Other information


1) Is this notice a non-mandatory one? No.


3) Does the contract relate to a project/programme financed by EU funds? No.


4) Additional information (if applicable): Financing and payment:
prices must be quoted in euro;
prices must be fixed amounts;
estimated travel and subsistence expenses must be indicated separately in the breakdown of costs.
The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.
The maximum budget foreseen for this task is 60 000 EUR (including all costs). Thus, the tender proposal shall cover a budget maximum of 60 000 EUR including travel.
Submission of a tender implies acceptance of the terms specified in the Agency's 'General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver your company's own terms of business.
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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


5) Date of dispatch of this notice: 11.9.2003.


Download:

Annex I: Procedure for submitting an offer for Tender EEA/RNC/03/012

Annex II: Terms of reference

Annex III: Identification sheet

Annex IV: Service contract

Annex V: General terms and conditions

Annex VI: Reimbursement of travel expenses

Annex VII: Checklist for submitting an offer

Annex VIII: Information on SoEOR2005 and sub-report 1 and sub-report 8


Annex I-VIII: All 8 annexes


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/RNC/03/010 - Miscellaneous services

Call For Tender Published 04 Aug 2003

DK-Copenhagen: miscellaneous services

2003/S 143-129416


Economic instruments in Europe


1. Awarding authority:


European Environment Agency
Att: Hans Vos
Kongens Nytorv 6
DK-1050 Copenhagen K

Tel.: 0045 33 36 71 41
Fax: 0045 33 36 72 93

E-mail: hans.vos@eea.eu.int
URL: http://org.eea.eu.int


2. Category of service and description, CPC reference number, quantity, options:


93000000.


Service category: 27.


Name given to contract: Organizing a workshop and drafting a report on the use of economic instruments in environmental policy in Europe.


Reference number attributed: EEA/RNC/03/010.


Description of contract:


Organizing a workshop and drafting a report on the use of economic instruments in environmental policy in Europe.


The European Environment Agency plans to publish a report on the use of economic instruments, by 2004.


Together with OECD and supported by the European Commission, EEA published the database for economic instruments, covering the above-mentioned instruments in over 40 countries, including all of Central Europe. The report is first and foremost meant to present an overview of the application of these instruments in the area covered.


The report is also to review the most interesting developments in this area in the last four to eight years. In order to have a broader opinion on exactly which developments deserve most attention, the EEA plans to organize an expert workshop where recommendations will be sought on the broad outline of the report.


The focus of the report will be on recent developments in the thinking about and the application of economic instruments in environmental policy and natural resources management. The following instruments will be included:

  • environmentally related taxes and charges;
  • environmentally motivated subsidies;
  • tradable (emission) permits;
  • deposit-refund systems;
  • voluntary approaches.

The scope of the report should not necessarily be restricted to separately describing these instruments. Instrument mixes and new approaches are explicitly welcome as subjects of the report. The scope will also depend on recommendations for the workshop participants.


Since the report will cover all economic instruments, it should start with a more general assessment of their current position and role vis-à-vis other types of policy instruments, primarily instruments that have a direct regulatory nature such as licenses, permits, bans and other target or implementation oriented forms of 'command-and-control'.


The geographical coverage of the report will include current and acceding EU Member States, Bulgaria, Romania and the countries in the Balkan area (Albania, Bosnia-Herzegovina, Croatia, F.Y.R. of Macedonia, Serbia and Montenegro), the EFTA countries Iceland, Liechtenstein, Norway and Switzerland, and Turkey. Much of the focus of the report should be practice and developments in Central Europe.


Since the report is to cover a broad area, applications of economic instruments and developments therein can only be dealt with in a general way. In addition, the contractor should include a good number of case studies describing concrete situations, reflecting more general trends. These case studies should concentrate on new applications, or important changes in existing instruments, and be interesting for shared policy, learning.


As regards the time frame the report needs to cover the developments in the last four to six years in particular. Explicit reference should be made to the report 'Environmental taxes - Recent developments in tools for integration', published by EEA in 2000, and comparisons should be made with the situation with regards to taxes and charges as described in that report.


Further details can be found in the tender documents.


A draft report must be delivered no later than nine months after signing of the contract.


The final report must be delivered to the EEA no later than 12 months after signing of the contract.


Total quantity or extent: the winning contractor will be awarded a contract for 12 months. The maximum budget foreseen is 60 000 EUR (including all costs).


3. Delivery to:


Hans Vos
EEA/RNC/03/010
Kongens Nytorv 6
DK-1050 Copenhagen K.

NUTS: DK000, DK001.


4.


(a) Reserved for a particular profession:


No.


(b) Law, regulation or administrative provision:


(c) Obligation to mention the names and qualification of personnel:


Yes.


5. Division into lots:


No.


6. Variants:


No.


7. Time limits for completion or duration of the contract, for starting or providing the service:


12 month(s).


8.


(a) Documents from:


European Environment Agency
Att: Charlotta Colliander
Kongens Nytorv 6
DK-1050 Copenhagen K

Tel.: 0045 33 36 72 02
Fax: 0045 33 36 72 93

E-mail: Charlotta.Colliander@eea.eu.int
URL: http://org.eea.eu.int


(b) Requests not later than:


(c) Fee:


9.


(a) Deadline for receipt of tenders:


8.9.2003 (16.00).


(b) Address:


European Environment Agency
Att: Hans Vos
reference 03/010
Kongens Nytorv 6
DK-1050 Copenhagen K


(c) Language(s):


Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish.


10.


(a) Opening of tenders (persons admitted):


European Environment Agency's representatives and one representative of each tenderer. Please inform Mr H. Vos by separate mail of your wish to attend the opening.


(b) Date, time and place:


17.9.2003 (10.30).


European Environment Agency
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


11. Deposits and guarantees:


12. Financing and payment:


- Prices must be quoted in euro;
- prices must be fixed amounts;
- estimated travel and subsistence expenses must be indicated separately in the breakdown of costs.


The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.


Submission of a tender implies acceptance of the terms specified in the Agency's 'General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver your company's own terms of business.


13. Legal form in case of group bidders.


14. Qualifications:


Legal status:
proof of the legal status may be furnished by the following documents:
- an identification sheet (name or business name, legal status, contact person, bank account, etc.);
- where applicable, references of inscription in the VAT-register;
- where applicable, references of inscription in the trade register.


Financial capacity:


proof of economic and financial capacity may 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 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.


Technical capacity:


evidence of the technical and professional capacity may be furnished by the following documents:
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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge on the use of economic instruments in environmental policy in Europe);
b) a description of the measures employed to ensure the quality of services;
c) a list of the principal services provided in the last three years with the sums, dates and recipients, public or private;
d) an indication of the proportion of the contract which the tenderer may intend to subcontract.


15. Tenders may lapse after:


6 month(s).


16. Award criteria:


The most economically advantageous tender as stated below.
Proven experience in publishing high quality assessments reports related to economic instrument in environmental policy in European countries (30). Familiarity with relevant (scientific) knowledge and research networks (20). Understanding of the work as demonstrated by suggestions for the contents of the report (20). Competence of working team, as appearing from CVs (20). Approach of the work (10).


17. Other information:


Address from which further information can be obtained:


European Environment Agency
Att: Hans Vos
Kongens Nytorv 6
DK-1050 Copenhagen K

Tel.: 0045 33 36 71 41
Fax: 0045 33 36 72 93

E-mail: Hans.Vos@eea.eu.int
URL: http://org.eea.eu.int


Type of procedure: open procedure.


Address from which tender documents with further information can be obtained:


European Environment Agency
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark

Tel.: 0045 33 36 71 41
Fax: 0045 33 36 72 93


The tender documents can be obtained in 3 ways:


(1) by downloading all tender documents from the EEA website (http://org.eea.eu.int/tenders);


(2) by sending a fax request 0045 33 36 72 93 to Charlotta Colliander;


(3) by sending a request by letter or E-mail (charlotta.colliander@eea.eu.int) to


Charlotta Colliander
EEA
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


The tender documents include all relevant information (e.g. how to submit tenders, description of the work, forms, etc.).


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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


Selected companies will have to score a minimum of 20 points for criterion 1, 13 points for each of the criteria 2, 3 and 4, and 7 points for criterion 5.


Price: the bid offering the best value for money will be chosen, providing the minimum number of points (66) is achieved. The best bid is then calculated by dividing the price by the number of points awarded.


18. Date of pre-information publication:


19. Notice postmarked:


17.7.2003


20. Notice received on:


17.7.2003


21. Covered by the GPA agreement:


Yes.


Download tender documents:

Annex I: Procedure for submitting an offer for Tender EEA/RNC/03/010

Annex II: Description of work

Annex III: Identification sheet

Annex IV: Draft - Service contract

Annex V: General terms and conditions

Annex VI: Reimbursement of travel expenses

Annex VII: Checklist for submitting an offer


Annex I - VII


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/RNC/03/008 - Miscellaneous services

Call For Tender Published 22 Jul 2003

DK-Copenhagen: miscellaneous services

2003/S 138-124338


1.
Awarding authority: European Environment Agency, Att: Lars Mortensen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 88. Fax: 0045 33 36 72 93. E-mail: lars.mortensen@eea.eu.int. URL: http://org.eea.eu.int.
2.
Category of service and description, CPC reference number, quantity, options: 93000000.
Service category: 27.
Name given to contract: assessments and analysis of trends and outlooks for household consumption and its environmental effects.
Reference number attributed: EEA/RNC/03/008.
Description of contract:
Preparation of background papers on trends, outlooks and policy effectiveness for European household consumption of selected goods and services and its effect on the environment.
The EEA has recently initialised the preparation of its next State of the Environment and Outlook report (SoEOR2005), which is expected to be published in 2005, in order to comply with the EEA Council Regulation and support the mid-term review of the 6th Environment Action Programme (6EAP). The report will provide an assessment of both past trends and outlooks for Europe's environment.
It is the current thinking of the EEA is that SoEOR2005 will be a brief and concise report supplemented by a number of sub-reports, including sub-report 1 with the working title "European household consumption and the environment - trends, outlooks and policy effectiveness". For sub-report 1, the EEA needs background papers to provide the information needed for those areas of consumption for which the information is not available at the EEA.
The contractor who will be awarded the contract shall prepare these background papers. The contractor shall provide the EEA with background papers containing assessments and analyses of recent trends since 1990, outlooks to 2020 and the effectiveness of policies related to household consumption in EEA member countries.
Background papers shall be prepared for:
1. Household consumption driving forces and policies.
2. Household food consumption.
3. Household consumption of durable and non-durable goods.
4. Tourism; and,
5. Household consumption of other goods and services.
Each background paper shall assess and analyse the results of the most important studies done at national and international level as published in scientific journals or reports by the scientific community, NGOs, national governments, international organisations or others. Each background paper shall contain approximately 15-20 pages, including graphs and figures.
The following tasks are foreseen:
Task 1: Household consumption driving forces and policies.
The contractor shall assess and analyse past and possible future economic and social driving forces behind household consumption in Europe.
In addition, the contractor shall analyse and provide conclusions on the main developments in sustainable consumption polices at the national level in the past 10 years.
Task 2: Household food consumption.
The contractor shall assess and analyse:
European trends (from 1990) and outlooks (to 2020, and beyond where appropriate) in food consumption.
Direct and indirect effects of food consumption by European households.
Examples of policy effectiveness evaluations (ex-post) of sustainable food consumption policies (e.g. labelling).
Policy option that may contribute to more sustainable food consumption.
Task 3: household consumption of durable and non-durable goods.
The contractor shall assess and analyse:
European trends (form 1990) and outlooks (to 2020) in consumption of durable goods (including kitchen appliances; clothes washers and dryers; TVs and stereos, computers and mobile phone), and non-durable goods (including textiles, hygiene products, household chemicals and other goods).
The most important direct and indirect environmental effects of consumption of durable and non-durable goods.
Examples of policy effectiveness evaluations (ex-post) of policies to enhance sustainable consumption of durable and non-durable goods.
Policy options that may contribute to more sustainable consumption of durable and non-durable goods.
Task 4: Tourism.
The contractor shall assess and analyse:
European trends (from 1990) and outlooks (to 2020 and beyond) for tourism.
Direct and indirect environmental effects of tourism.
Examples (if possible) of policy effectiveness evaluations (ex-post) of policies to enhance sustainable tourism.
Policy options that may contribute to more sustainable tourism.
Task 5: Household consumption of other goods and services.
For household consumption of other goods and services to be covered by the report, and which have not yet been identified, the contractor shall assess and analyse.
European trends (from 1990) and outlooks (to 2020 and beyond).
Direct and indirect environmental effects.
Examples of policy effectiveness evaluations (ex-post).
Policy options that may contribute to more sustainable consumption.
Total quantity or extent:
the winning contractor will be awarded a contract for 11 months to undertake tasks 1-4. The maximum budget foreseen for those tasks is 50 000 EUR (including all costs). Thus, the tender proposal shall cover tasks 1-4 for a budget maximum of 50 000 EUR including travel.
If in the same project there is a need to prepare similar type of background papers for other goods and services than specified in tasks 1-4 above, the contract may be renewed for another 8 months with a budget of maximum 30 000 EUR to undertake task 5. The total amount in that case will be maximum 80 000 EUR.
3.
Delivery to: Lars Mortensen, European Environment Agency, EEA/RNC/03/008, Kongens Nytorv 6, DK-1050 Copenhagen K.
NUTS: DK000, DK001.
4.(a)Reserved for a particular profession: No.
 (b)Law, regulation or administrative provision:
 (c)Obligation to mention the names and qualification of personnel: Yes.
5.
Division into lots: No.
6.
Variants: No.
7.
Time limits for completion or duration of the contract, for starting or providing the service: 11 month(s).
8.(a)Documents from: European Environment Agency, Att: Lars Mortensen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 88. Fax: 0045 33 36 72 93. E-mail: lars.mortensen@eea.eu.int. URL: http://org.eea.eu.int.
 (b)Requests not later than:
 (c)Fee:
9.(a)Deadline for receipt of tenders: 5.9.2003 (16:00).
 (b)Address: European Environment Agency, Att: Lars Mortensen, reference: EEA/RNC/03/008, Kongens Nytorv 6, DK-1050 Copenhagen K.
 (c)Language(s): Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish.
Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Romanian, Slovak, Slovenian, Turkish.
10.(a)Opening of tenders (persons admitted): European Environment Agency's representatives and one representative of each tenderer. Please inform Mr Lars Mortensen by separate mail if you wish to attend the opening.
 (b)Date, time and place: 15.9.2003 (10:00).
European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
11.
Deposits and guarantees:
12.
Financing and payment: - Prices must be quoted in euro;
- prices must be fixed amounts;
- estimated travel and subsistence expenses must be indicated separately in the break down of costs.
The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.
Submission of a tender implies acceptance of the terms specified in the Agency's 'General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver your company's own terms of business.
13.
Legal form in case of group bidders
14.
Qualifications: Legal status:
proof of the legal status may be furnished by the following documents:
- an identification sheet (name or business name, legal status, contact person, bank account, etc.);
- where applicable, references of inscription in the VAT-register;
- where applicable, references of inscription in the trade register.
Financial capacity:
proof of economic and financial capacity may 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 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.
Technical capacity:
evidence of the technical and professional capacity may be furnished by the following documents:
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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of carrying out integrated environment assessments);
A description of the measures employed to ensure the quality of services;
A list of the principal services provided in the last three years with the sums, dates and recipients, public or private;
An indication of the proportion of the contract which the tenderer may intend to subcontract.
15.
Tenders may lapse after: 6 month(s).
16.
Award criteria: The most economically advantageous tender as stated below.
Proven experience in undertaking and publishing high quality integrated environmental and state of the environment assessments, including assessments related to household consumption and the environment. (25). Solid knowledge and understanding of integrated environmental and state of the environment assessment studies undertaken at the European level in recent years. (15). Solid knowledge and understanding of assessments related to the European household consumption and the environment. (15). Soundness of the methodological approach. (25). Competence of working team, as appearing from CVs (20).
17.
Other information: Address from which further information can be obtained: European Environment Agency, Att: Lars Mortensen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 88. Fax: 0045 33 36 72 93. E-mail: lars.mortensen@eea.eu.int. URL: http://org.eea.eu.int.
Type of procedure: open procedure.
The tender documents can be obtained from the European Environment Agency in three ways:
(1) by downloading all tender documents from the EEA web-site (http://org.eea.eu.int/tenders);
(2) by sending a request by e-mail to lars.mortensen@eea.eu.int (before 01.08.03) or to charlotta.colliander@eea.eu.int (after 01.08.03).
(3) by sending a request by fax (+45 33 36 72 93) or letter to Lars Mortensen / Charlotta Colliander, European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K, Denmark.
The tender documents include all relevant information (e.g. how to submit tenders, Terms of reference, forms, etc.).
Price: The bid offering the best value for money will be chosen, providing minimum 50 points are achieved from the award criteria. The best bid is the one which achieved the lowest number when dividing the price by the number of points awarded.
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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.
18.
Date of pre-information publication
19.
Notice postmarked: 10.7.2003.
20.
Notice received on: 10.7.2003.
21.
Covered by the GPA agreement: Yes.

Download:

Annex I: Procedure

Annex II: Terms of reference on consumption

Annex III: Standard Identification sheet

Annex IV: Draft service contract

Annex V: General terms and Conditions - service contracts

Annex VI: Reimbursement of travel expenses - service contracts

Annex VII: Checklist

Annex VIII: SOEOR2005



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/03/002 - Development of selected agri-environmental indicator fact sheets and support for assessment and reporting under the IRENA operation on the integration of environmental concerns into EU agriculture policy

Call For Tender Published 22 Jul 2003

DK-Copenhagen: development of selected agri-environmental indicator fact sheets and support for assessment and reporting under the IRENA operation on the integration of environmental concerns into EU agriculture policy

2003/S 138-124340

Contract notice

Services

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


Section I: Contracting authority
I.1)Official name and address of the contracting authority: European Environment Agency, Att: Dr Jan-Erik Petersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: (45) 33 36 71 50. Fax: (45) 33 36 71 99. E-mail: Jan.Erik.Petersen@eea.eu.int. URL: http://org.eu.int/tenders.
 2)Address from which further information can be obtained: As in I.1.
 3)Address from which documentation may be obtained: See Annex A.
 4)Address to which tenders/requests to participate must be sent: As in I.1.
 5)Type of contracting authority: Other (EU body).
Section II: Object of the contract
II.1)Description
 1.1)Type of works contract (in case of works contract)
 1.2)Type of supplies contract (in case of supplies contract)
 1.3)Type of service contract (in case of service contract): Service category: service.
 1.4)Is it a framework agreement? No.
 1.5)Title attributed to the contract by the contracting authority: Development of selected agri-environmental indicator fact sheets and support for assessment and reporting under the IRENA operation on the integration of environmental concerns into EU agriculture policy.
 1.6)Description/object of the contract: See continuation sheet 1 with description 1 with description of the project (background, previous work, call for tender and objectives of the two lots).
 1.7)Site or location of works, place of delivery or performance: European Environment Agency.
 1.8)Nomenclature
 1.8.1)Common Procurement Vocabulary (CPV)
 1.8.2)Other relevant nomenclature (CPA/NACE/CPC)
 1.9)Division into lots: Yes.
Tenders may be submitted for all lots.
 1.10)Will variants be accepted (where applicable)
 2)Quantity or scope of the contract
 2.1)Total quantity or scope (including all lots and options, if applicable): Lot 1: 250-260 days.
Lot 2: 140-150 days.
 2.2)Options (if applicable). Description and time when they may be exercised (if possible)
 3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
 1.1)Deposits and guarantees required (if applicable)
 1.2)Main terms of financing and payment and/or reference to the relevant provisions: General terms and conditions applicable to contracts awarded by the European Environment Agency.
 1.3)Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded: In case of tenders submitted by consortiums of firms or groups of suppliers/contractors, etc., the consortium or group shall designate one of its members to contract (and be responsible) on its behalf.
 2)Conditions for participation
 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
 2.1.1)Legal position - means of proof required
 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:
- he is 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;
- he has been convicted of an offence concerning his professional conduct by a judgement which is not open to appeal;
- he has been guilty of grave professional misconduct;
- he has not fulfilled obligations relating to the payment of social security contributions or taxes;
- he is guilty of serious misrepresentation in supplying the information required by the authorizing department.
Potential contractors must certify that they are not in one of the situations listed.
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 relating to the relevant supplies, works or services.
 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 subcontract.
 3)Conditions specific to services contracts
 3.1)Is provision of the service reserved to a specific profession? No.
 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.
 1.1)Have candidates already been selected? (for negotiated procedure only and if applicable)
 1.2)Justification for the choice of accelerated procedure (if applicable)
 1.3)Previous publication concerning the same contract (if applicable)
 1.3.1)Prior information notice concerning the same contract (if applicable)
 1.3.2)Other previous publications
 1.4)Envisaged number of suppliers which will be invited to tender (when applicable)
 2)Award criteria: The most economically advantageous tender in terms of criteria as stated below.
Award criteria for lot 1:
the contract will be awarded to the most advantageous offer taking into account:
- expertise - the consultant's knowledge of European farming systems and their impact on the environment, agro-economic expertise and knowledge of EU statistical data sets as evident from their previous projects and publications/reports;
- methodology - the degree to which the methodology and detail of the consultant's work plan shows the capacity to provide the required deliverables;
- project management - based on the quality of the team organization 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 - the day rates and the number of working days offered within the maximum budget available.
A points system is used to choose the best tender. The distribution of maximum points to each criterion is as follows:
- 25 points to 'Expertise',
- 35 points to 'Methodology',
- 15 points to 'Project Management',
- 10 points to 'Understanding',
- 15 points to 'Value for Money'.
In descending order to priority: no.
Award criteria for lot 2:
the contract will be awarded to the most advantageous offer taking into account:
- expertise - the consultant's knowledge of EU agri-environmental policy and environmental issues linked to farming in the EU15. In addition, the consultant's experience with policy integration analysis and related indicator approaches;
- methodology - the degree to which the methodology and detail of the consultant's work plan shows the capacity to provide the required deliverables;
- project management - based on the quality of the team organization 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 - the day rates and the number of working days offered within the maximum budget available.
A points system is used to choose the best tender. The distribution of maximum of points to each criterion is as follows:
- 25 points to 'Expertise',
- 35 points to 'Methodology',
- 15 points to 'Project Management',
- 10 points to 'Understanding',
- 15 points to 'Value for Money'.
In descending order to priority: no.
 3)Administrative information
 3.1)Reference number attributed to the file by the contracting authority: Ref. No EEA/EAS/03/002.
 3.2)Conditions for obtaining contract document and additional documents: Obtainable until 37 days from the date of publication in OJ.
 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.
 3.4)Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)
 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, Norwegian and Icelandic.
 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.
 3.7)Conditions for opening tenders
 3.7.1)Persons authorized to be present at the opening of tenders: Officials from the agency and financial controller.
 3.7.2)Date, time and place
Section VI: Other information
VI.1)Is this notice a non-mandatory one? No.
 2)If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published
 3)Does the contract relate to a project/programme financed by EU funds? Yes.
The contract is being funded by the IRENA Operation.
 4)Additional information (if applicable)
 5)Date of dispatch of this notice: 10.7.2003.
Annex A
I.2)Address from which further information can be obtained
 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.
 4)Address to which tenders/requests to participate must be sent
Annex B: information about lots
Lot No 1
1.
Nomenclature
 1)Common Procurement Vocabulary (CPV)
 2)Other relevant nomenclature (CPA/NACE/CPC)
2.
Short description: Development of selected agri-environmental indicator fact sheets and contributions to the IRENA indicator report. Tasks for lot 1 are described in continuation sheet 2.
3.
Scope or quantity: 250-260 days.
4.
Indication about different starting/delivery date (if applicable)

Lot No 2
1.
Nomenclature
 1)Common Procurement Vocabulary (CPV)
 2)Other relevant nomenclature (CPA/NACE/CPC)
2.
Short description: Support for the IRENA indicator-based policy assessment report of the integration of environmental concerns into EU agriculture policy. Tasks for lot 2 are described in continuation sheet 3.
3.
Scope or quantity: 140-150 days.
4.
Indication about different starting/delivery date (if applicable)
Continuation sheet 1
Introduction
Background:
During each of its meetings in Cardiff (June 1998), Vienna (December 1998) and Helsinki (December 1999), the European Council required the Commission to report on the integration of environmental concerns into Community sectoral policies. As a contribution to meeting this requirement for the agricultural sector, it is necessary to develop indicators to monitor such integration, i.e. agri-environmental indicators (AEI). A set of indicators has been identified in the Communication from the Commission to the Council and European Parliament, COM (2000) 20, and this set, and the statistics and other information needed to realise the indicators, was the subject of a further Commission Communication COM (2001) 144.
In response to COM (2000) 20 and COM (2001) 144 a Memorandum of Understanding between DG Agri, DG Env, DG Eurostat, DG JRC and the EEA was signed. The purpose of the Memorandum of Understanding is to specify the basis for cooperation amongst the partners in achieving the common aim of producing and assessing agri-environmental indicators and, in particular:
- to improve, develop and compile a set of agri-environmental indicators at least corresponding to indicators identified in Commission Communication COM(2001)144;
- to develop data sets required for computing such a set of indicators at the appropriate geographical levels in order to undertake regional analyses;
- to produce an assessment of the integration of environmental concerns into EU agricultural policy.
The outcome of the Memorandum of Understanding (MoU) is the IRENA Operation (Indicator Reporting on the Integration of Environmental concerns into Agricultural policy). The IRENA Operation is managed and coordinated by the EEA, building on contributions from all five partners of the MoU. It will result in 1) indicator fact sheets with all technical details for each indicator, 2) an indicator report, providing an environmental assessment of EU15 agriculture based on 35 indicators listed below (Table 1) and grouped by environmental theme, and 3) a policy assessment report linking the indicator output and other material to an overall framework for analysing the integration of environmental concerns into agriculture policy.
The Commission Communications on agri-environmental indicators (COM (2000) 20 and COM (2001) 144) list 35 indicators to be developed and validated (Table 1).
Table 1 - list of agri-environmental indicators COM (2001) 144:
DPSIR; themes; No; EU indicator:
responses:
public policy: 1) Area under agri-environment support, 2) Regional levels of good farming practice, 3) Regional levels of environmental targets, 4) area under nature protection,
market signals: 5.1) organic producer price premiums, 5.2) agricultural income of organic farmers;
technology skills: 6) holders' training levels.
attitudes: 7) area under organic farming;
Driving forces:
Input use: 8) fertilizer consumption, 9) consumption of pesticides, 10) water use (intensity), 11) energy use;
Land use: 12) topological change, 13) cropping/livestock patterns;
Management: 14) management practices;
Trends: 15) intensification/extensification; 16) specialization/diversification; 17) marginalization.
Pressures:
pollution: 18) soil surface nutrient balance; 19) methane (CH4) emissions; 20) pesticide soil contamination; 21) water contamination;
resource depletion: 22) ground water abstraction; 23) soil erosion; 24) land cover change; 25) genetic diversity;
benefits: 26) high nature value (farming) areas; 27) production of renewable energy (by source);
State:
Biodiversity: 28) species richness;
Natural resources: 29) soil quality; 30) nitrates/pesticides in water; 31) ground water levels;
Landscape: 32) landscape state.
Impact:
habitats and biodiversity: 33) impact on habitats and biodiversity;
natural resources: 34.1) share of agriculture in GHG emissions; 34.2) share of agriculture in nitrate contamination; 34.3) share of agriculture in water use;
landscape diversity; 35) impact on landscape diversity.
Previous work:
Work carried out so far has focussed on developing methodology fact sheets for all the 35 COM (2001) 144 indicators. The methodology sheets contain information concerning the description and definition of the indicator; the data sources available for indicator development; a conceptual description of the indicator; limits to the development of the indicator; the tools available for computing the indicator; the proposal for further indicator development; and reference material or websites at the Community and Member States level.
Call for tender
The call for tender is divided into two lots:
lot 1: development of selected agri-environmental indicator fact sheets and contributions to the IRENA indicator report;
lot 2: support for the IRENA indicator-based policy assessment report of the integration of environmental concerns into EU agriculture policy.
If tenderers wish to apply for both lot 1 and lot 2, two separate tenders should be submitted.
Lot 1: development of selected agri-environmental indicator fact sheets and contributions to the IRENA indicator report:
the first objective of lot 1 is to provide support for indicator development and fact sheet writing for a selected number of indicators: No 5 Organic producer price premiums and agricultural income of organic farmers, No 11 Energy use, No 13 cropping/livestock patterns, No 15 intensification/extensification, No 16 specialization/diversification, No 17 marginalization and No 27 production of renewable energy (by source).
A key market response to different types of farming such as organic farming is the price premium (indicator No 5.1) and the income of organic farmers (indicator No 5.2). Available data to elaborate these indicators need to be reviewed and the indicator fact sheets for IRENA reporting need to developed.
Indicators No 11 and No 27 are indicators of agricultural energy use and the production of renewable energy on agriculture holdings. Only limited data sets are currently available to elaborate these indicators. The significance of these indicators for the environmental impact of agriculture, as well as its contribution to renewable energy production, needs to be evaluated.
Indicators No 13, No 15, No 16 and No 17 are agricultural land use or economic trend indicators. To develop and interpret these agri-environmental indicators a typology of agricultural holding needs to be established that is based on key environmental characterictics and the management of farms. An example for a typology that is potentially useful for the purposes of the IRENA operation is a model developed by the European Livestock policy evaluation network (ELPEN). This focuses on grazing livestock systems based on land use, the intensity of farming and the size of production (http://www.macaulay.ac.uk/elpen/index.htm). Related software is available from the network partners. The ELPEN typology or a similar approach needs to be developed to provide a farm typology suitable for the purposes of the IRENA operation, and including livestock, arable, horticulture and permanent crop farming systems.
The second objective of lot 1 is to support the writing of the IRENA indicator report. The IRENA indicator report provides an environmental assessment of EU15 agriculture based on the 35 agri-environment indicator fact sheets. The environmental assessment will be carried out using the DPSIR framework to establish and understand the causal links between indicators by theme. In the case of lot 1 the two relevant environmental assessment themes are:
- energy use in EU15 agriculture (Nos 11 and 27); and,
- farming system changes in EU15 agriculture (Nos 13, 15, 16 and 17).
Lot 2 support for the IRENA indicator-based policy assessment report of the integration of environmental concerns into EU agriculture policy:
the objective for work under lot 2 is to provide support to the IRENA operation in the analytical assessment of agri-environmental policy integration in the EU. This relates to help in the development and application of an analytical framework as well as the writing of the policy assessment report.
Assessment and reporting on the integration of environmental concerns into EU agricultural policy is a major task under the IRENA operation. The following paragraph summarises the text from the IRENA grant agreement on this objective.
Policy assessment indicators will be used to arrive at a systematic and integrated assessment of progress made in the integration of environmental concerns into agricultural policy, as mandated by the Cardiff process. Existing concepts and frameworks, such as the DPSIR assessment scheme, will guarantee a balance between a synthetic overview and the answers to current policy questions. Analysis of environmental policy integration will include the following aspects:
- institutional integration,
- market integration,
- management integration,
- monitoring/reporting progressContinuation sheet 2
Tasks for lot 1: development of selected agri-environmental indicator fact sheets and contributions to the IRENA indicator report
The tasks to be performed are:
1. Survey of datasets - screening of available data (including those of administrative nature) at EU level, as well as in the Member States, for their suitability as basis for the development of the specified IRENA indicators;
2. Data compilation - a full database of information supporting the indicator work is required at EU and Member State level for the indicators specified. Digital data supplied should be ascii or Excel files, which are compatible for importing into GISCO NUTS 2 and NUTS 3 coverages and into the EEA Data warehouse structure;
3. Development of typology of agricultural holdings based on key environmental characteristics and management of farms in different agricultural sectors - Selection of relevant parameters and elaboration of a quantitative aggregation protocol that will enable the discrimination of agricultural holding categories based on an EU wide typology with an agri-environmental focus;
4. Development of methodology / data fact sheets and indicator fact sheets - these fact sheets represent the reporting and communication mechanism for indicator development and analysis. Model fact sheets have been developed for the IRENA operation, in view of developing a web site for reporting and updating agri-environmental indicators. The indicator fact sheets need to be of sufficient quality to be published on the EEA website. Model fact sheets are included in Annexes B and C;
5. Validation of approach and results - the validation of the approach and results will initially be carried out by the IRENA staff. If appropriate EU wide results and illustrative case studies will also be presented to the IRENA steering group meeting and/or an IRENA expert meeting;
6. Support for the writing of the IRENA indicator report - this report will provide an environmental assessment of EU15 agriculture based on 35 indicators grouped by environmental theme. The successful tenderer will write two environmental assessments that will contribute to the IRENA indicator report: energy use in EU15 agriculture (Nos 11 and 27) and farming system changes in EU15 agriculture (Nos 13, 15, 16 and 17). The first task (6a) is to develop an outline that will be discussed with EEA staff and second tasks (6b) is to produce the final document.
The indicator reporting level the successful tenderer has to work on is the appropriate geographical level to undertake regional analysis (at least NUTS 2 for Austria, Belgium, Germany, Greece, Luxembourg, The Netherlands and NUTS 3 for Denmark, Finland, France, Italy, Ireland, Portugal, Spain, Sweden and United Kingdom) - subject to data availability with the timeframe of the project. For certain indicators a geographical breakdown to landscape units (such as water basins) will be appropriate.
For indicators that cannot be developed at EU15 level, three representative case study areas shall be selected for indicator development and validation in three pilot regions of the EU (representative for agricultural systems in Westerns, Northern and Southern EU15 countries respectively).
Indicators need to meet the general criteria as given in the Commission Communication on agri-environmental indicators (COM (2001) 144 final):
1. Policy-relevance - address key environmental issues;
2. Responsiveness - change sufficiently quickly in response to action;
3. Analytical soundness - be based on sound science;
4. measurability - be feasible in terms of current or planned data availability;
5. ease of interpretation - communicate essential information in a way that is unambiguous and easy to understand;
6. cost effective - costs in proportion to the value of information derived.
Close coordination of work under the contract with other work at the EEA within the IRENA operation and the Bio-IMPs project needs to be ensured at all times. Consultation and cooperation with other partners in the Memorandum of Understanding between DG Agri, DG Env, DG Eurostat, DG JRC and the EEA is also essential.
The maximum budget available for work on the above tasks, including travel and subsistence costs, is 100 000 EUR. The precise division of work and budget within the contract will be agreed with the successful tenderer at the beginning of the contract.Continuation sheet 3
Tasks for lot 2: support for the IRENA indicator-based policy assessment report of the integration of environmental concerns into EU agriculture policy.
The tasks to be performed are:
1. analyse, describe and rank agri-environmental policy issues and CAP policy instruments that need to be covered by the indicator-based assessment. This is to be carried out on the basis of existing EU policy documents. EEA reports and relevant research literature, in consultation with the IRENA partners;
2. expand a first EEA analysis of CAP policy targets that are relevant for the indicator-based assessment of policy integration (draft paper presented to EUROSTAT WG AEI 4 December 2002, included in Annex D);
3. review how far the issues identified under 1. and 2. are covered by the 35 indicators and existing material at the EEA produced in the past.
4. on the basis of task 1 to 3 propose an extended outline of content for the indicator-based assessment that takes into account the integration areas listed under section 1.1.3 Lot 2 (Institutional Integration, market integration, management integration, monitoring-reporting progress). This outline needs to integrate the outcome of IRENA steering group meetings on the topic of policy integration (as documented in meeting minutes) and the summary record of a planned IRENA expert workshop on agri-environmental policy integration indicators;
5. after approval of the outline under point 4 by EEA project managers (in consultation with IRENA partners) writing of a draft indicator-based policy assessment report on policy integration in cooperation with EEA and IRENA staff;
6. finalization of the indicator-based assessment on the integration of environmental concerns into agriculture policy, after consultation on the draft report among IRENA partners and the EEA EIONET.
Close coordination of work under the contract with other work at the EEA within the IRENA operation and the Bio-IMPS Project needs to be ensured at all times. Consultation and cooperation with other partners in the Memorandum of Understanding between DG Agri, DG Env, DG Eurostat, DG JRC and the EEA is also essential.
The maximum budget available for work on the above tasks, including travel and subsistence costs, is 60 000 EUR. The precise division of work and budget within the contract will be agreed with the successful tenderer at the beginning of the contract.

Download:

IRENA call for tender Technical Specification

IRENA contract notice

Annex A

Annex B

Annex C

Annex D

Annex I: Model for standard service contract IRENA

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

Annex III: Identification sheet

Annex IV: Reimbursement of travel expenses

Annex V: EC VAT and excise duty exemption certificate

Annex VI: Declaration of exclusion



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/RNC/03/007 - Miscellaneous services

Call For Tender Published 12 Jul 2003

DK-Copenhagen: miscellaneous services

2003/S 132-118187


1.
Awarding authority: European Environment Agency, Att: Stephane Isoard, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 84. Fax: 0045 33 36 72 93. E-mail: stephane.isoard@eea.eu.int. URL: http://org.eea.eu.int.
2.
Category of service and description, CPC reference number, quantity, options: 93000000.
Service category: 27.
Name given to contract: outlooks on water use for the 2005 State of the Environment and Outlook Report.
Reference number attributed: EEA/RNC/03/007.
Description of contract:
undertake quantitative assessments of water use outlooks, including a baseline projection, sensitivity runs on key driving forces and alternative scenarios. Water use outlooks are to highlight water use and availability and the resulting water stress. In addition to the analysis of future sectoral water use, the climate change impacts in terms of water use will have to be addressed by the contractor.
Scope of the study:
EEA member countries. Detailed results should be reported at national level. Timeframe: projections for the next 20 to 30 years.
The following tasks are foreseen:
task 1: provide an overview of the most recent and important outlooks on European and national water use:
provide an overview of the most recent and important outlooks on European and national water use. In particular, this implies providing a summary or synthesis, a comparison and an analysis of the main results. Due attention will have to be paid to differences in assumptions on the driving forces of water use.
Task 2: detailed description and discussion of the driving forces for water use:
provide a detailed description and discussion of the (economic, sectoral, political and social) driving forces for water use and how the key driving forces are reflected/modelled within the quantitative tool to be used for the projections. Both demand and supply side (sectoral and technical) driving forces affecting water uses will have to be analysed. A sub-set of key driving forces should be defined in light of their importance to water use in the future and the policy options. Undertake an extensive discussion of the key assumptions, modelling approach and tools to be used to undertake the projections.
In that perspective, the contractor will be provided with historic water quantity data held by the EEA. EEA indicator fact sheets related to water quantity can be found at the following address: http://ims.eionet.eu.int/Topics/W/indicators.
Task 3: analysis of the future development of the key driving forces and running the baseline scenario for water use:
the baseline scenario for water use will be based on an analysis of the future development of the key driving forces. The main uncertainties will be identified and discussed. A comparative assessment of the baseline scenario with the most recent and important outlooks of water use will also be done. The sensitivity runs on key driving forces will be reported and the baseline projection will be re-interpreted in light of these.
Below are given the water use indicators and sub-indicators for which the results shall, as a minimum, be reported:
water exploitation index (permitting to determine whether an area is under water stress, e.g. water shortage):
- freshwater resources/availability;
- total water abstraction/withdrawals.
Water use by sectors:
- water use by agriculture;
- water use by industry;
- water use by households/domestic sector;
- water use by the energy sector.
Task 4: development of two alternative scenarios to the baseline projection for water use and assessment of climate change impacts: the contractor will develop two alternative scenarios to the baseline projection based on an alternative analysis of the future development of the key driving forces. Storylines will be developed, including the possibilities for possible political measures affecting water uses. The two alternative scenarios will be reported on the same level of details as the baseline projection.
A comparative assessment of the alternative scenarios with the most recent and important outlooks of water use will also be done. The contractor, on the basis of the climate change baseline scenario developed by the European Topic Centre on Air and Climate Change for the EEA, will assess the climate change impacts in terms of water use. In that perspective, the EEA will provide the contractor with climate change indicators, e.g. for temperature and precipitation.
Task 5: report to the EEA:
the results of the study shall be reported to the EEA in a final report no later than eleven months after the signing of the contract.
A draft report must be delivered no later than eight months after signing of the contract and a final draft report no later than ten months after the signing of the contract. The database of the results, which should be delivered to the EEA in Microsoft Access or Excel formats, will have to include the entire outlook data used for the final report.
Total quantity or extent: the winning contractor will be awarded a contract for 11 months. The maximum budget foreseen is 60 000 EUR (including all costs).
3.
Delivery to: Stephane Isoard, European Environment Agency, EEA/RNC/03/007, Kongens Nytorv 6, DK-1050 Copenhagen K.
NUTS: DK000, DK001.
4.(a)Reserved for a particular profession: No.
 (b)Law, regulation or administrative provision:
 (c)Obligation to mention the names and qualification of personnel: Yes.
5.
Division into lots: No.
6.
Variants: No.
7.
Time limits for completion or duration of the contract, for starting or providing the service: 11 month(s).
8.(a)Documents from: European Environment Agency, Att: Charlotta Colliander, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 02. Fax: 0045 33 36 72 93. E-mail: Charlotta.Colliander@eea.eu.int. URL: http://org.eea.eu.int.
 (b)Requests not later than:
 (c)Fee:
9.(a)Deadline for receipt of tenders: 25.8.2003 (16:00).
 (b)Address: European Environment Agency, Att: Stephane Isoard, reference: EEA/RNC/03/007, Kongens Nytorv 6, DK-1050 Copenhagen K.
 (c)Language(s): Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish.
Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Romanian, Slovak, Slovenian, Turkish.
10.(a)Opening of tenders (persons admitted): European Environment Agency's representatives and one representative of each tenderer. Please inform Mr Stephane Isoard by separate mail if you wish to attend the opening.
 (b)Date, time and place: 3.9.2003 (09:30).
European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
11.
Deposits and guarantees:
12.
Financing and payment: - Prices must be quoted in euro;
- prices must be fixed amounts;
- estimated travel and subsistence expenses must be indicated separately in the breakdown of costs.
The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.
Submission of a tender implies acceptance of the terms specified in the Agency's 'General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver your company's own terms of business.
13.
Legal form in case of group bidders:
14.
Qualifications: Legal status:
proof of the legal status may be furnished by the following documents:
- an identification sheet (name or business name, legal status, contact person, bank account, etc.);
- where applicable, references of inscription in the VAT-register;
- where applicable, references of inscription in the trade register.
Financial capacity:
proof of economic and financial capacity may 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 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.
Technical capacity:
evidence of the technical and professional capacity may be furnished by the following documents:
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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of water use at national and European levels and extensive modelling activities in the water area);
b) a description of the measures employed to ensure the quality of services;
c) a list of the principal services provided in the last three years with the sums, dates and recipients, public or private;
d) an indication of the proportion of the contract which the tenderer may intend to subcontract.
15.
Tenders may lapse after: 6 month(s).
16.
Award criteria: The most economically advantageous tender as stated below.
Soundness of the methodological and modelling approach (30).
Competence of working team, as appearing from CVs (25).
Extensive proven experience in modelling activities in the water area as a tool to publish high quality outlook studies on water issues for EEA's member countries. The contractor will provide a proven track record accordingly (25). Very good knowledge and understanding of water use at national and European levels, i.e. the driving forces, the institutional frameworks within which the policies are implemented (20).
17.
Other information: Address from which further information can be obtained: European Environment Agency, Att: Stephane Isoard, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 84. Fax: 0045 33 36 72 93. E-mail: Stephane.Isoard@eea.eu.int. URL: http://org.eea.eu.int.
Type of procedure: open procedure.
The tender documents can be obtained from the European Environment Agency in three ways:
(1) by down-loading all tender documents from the EEA website (http://org.eea.eu.int/tenders);
(2) by sending a fax request 0045 33 36 72 93 to Stephane Isoard;
(3) by sending a request by letter or e-mail (Stephane.Isoard@eea.eu.int) to Mr Stephane Isoard, EEA, Kongens Nytorv 6, DK-1050 Copenhagen K.
The tender documents include all relevant information (e.g. how to submit tenders, description of the work, forms, etc.).
The contract will be awarded to the tender offering the best value for money, considering the criteria from paragraph 16, with the weighting in points between brackets. For each criterion, the number of points to the awarded contractor shall be at least 50% of the maximum points.
Price will be considered in the award decision to determine the best value for money when selecting between technically comparable bids.
The bid offering the best value for money will be chosen. This is the one which achieves the minimum number by dividing the price by the number of points awarded.
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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.
18.
Date of pre-information publication:
19.
Notice postmarked: 2.7.2003.
20.
Notice received on: 2.7.2003.
21.
Covered by the GPA agreement: Yes.

Download:

Annex I: Procedure for submitting an offer for Tender

Annex II: Terms of reference on WaterUseOutlooks

Annex III: Standard Identification sheet

Annex IV: Draft service contract

Annex V: General terms and Conditions - service contracts

Annex VI: Reimbursement of travel expenses - service contracts

Annex VII: 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/ADM/03/004 - Provision of language courses

Call For Tender Published 31 May 2003

Call for tender


DK-Copenhagen K: Provision of language courses

EEA/ADM/03/004


1. Awarding authority:


European Environment Agency

Kathryn Winther
Kongens Nytorv 6
1050 Copenhagen K
Denmark
Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99
http://org.eea.eu.int/tenders


2. Category of service and description, CPC reference number, quantity, options:


Service category: 92. Framework contract. 80428000. Name given to contract: Language training.
Reference number attributed: EEA/ADM/03/004.
Description of contract: To conduct language courses in Danish, English and French. Further languages would be an asset.
Total quantity or extent: The total number of students to be instructed is expected to be between 50 and 100 per year.


3. Delivery to:


Kongens Nytorv 6
DK-1050 Copenhagen K
NUTS: DK000,DK001


4. a) Reserved for a particular profession:


No.


4. b) Obligation to mention the names and qualification of personnel:


Yes.


5. Division into lots:


No.


6. Variants:


No.


7. Time limits for completion or duration of the contract, for starting or providing the service:


48 month(s).


8. a) Documents from:


European Environment Agency
Kathryn Winther
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark
Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99
E-mail: kathryn.winther@eea.eu.int
URL http://org.eea.eu.int/tenders


9. a) Deadline for receipt of tenders:


11.7.2003 52 days from dispatch of notice. ( 16:00).


9. b) Address:


European Environment Agency
Kathryn Winther
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


9. c) Language(s):


Spanish. Danish. German. Greek. English. French. Italian. Dutch. Portuguese. Finnish. Swedish.


10.a) Opening of tenders (persons admitted):


European Environment Agency's representatives and one representative of each tenderer. Please inform Mrs. Winther by separate mail of your wish to attend the opening.


10. b) Date, time and place:


18.7.2003 ( 14:00). European Environment Agency.


11. Deposits and guarantees:


12. Financing and payment:


Please see tender documents.


13. Legal form in case of group bidders:


14. Qualifications:


Legal status:
Proof of the legal status may be furnished by the following documents:

  • identification sheet (see tender documents)
  • copy of trade register
  • copy of VAT registration.

Financial capacity:
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 works, supplies or services covered by the contract during a period which may be no more that the last three financial years.


Technical capacity:
Proof of the technical capacity may be furnished by the following documents:

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 description of the technical equipment and tools to be employed by the firm for performing a service or works contract;

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.


15. Tenders may lapse after:


6 month(s).

16. Award criteria:


The most economically advantageous tender as stated below.
Experience and skills of trainer especially with reference to teaching in multi-national groups ( 25). Capacities to accommodate requirements within the three main languages mentioned (e.g. number of simultaneous classes/number of teachers/trainers etc.) ( 25). Outline of proposed teaching forms/methods ( 20). Price per teaching hour (45 minutes) outside EEA premises ( 20). Price per teaching hour (45 minutes) within EEA premises ( 10).


17. Other information:


Type of procedure: Open procedure. Address from which further information can be obtained:

European Environment Agency
Kathryn Winther
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark
Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99
E-mail: kathryn.winther@eea.eu.int
URL http://org.eea.eu.int/tenders


Grounds for exclusion:

The tenderer shall provide an auto-declaration, preferably made on oath before a judical 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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


Download documents:

Annex I: Technical Specification

Annex II: Procedure for submitting an offer for Tender EEA/ADM/03/004

Annex III: Identification sheet

Annex IV: Framework contract

Annex V: General terms and conditions

Annex VI: Checklist for submitting an offer


Annexes I - VI



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/RNC/03/002 - Miscellaneous services

Call For Tender Published 21 May 2003

Call for Tender


DK-Copenhagen: miscellaneous services

EEA/RNC/03/002


1. Awarding authority:


European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 88
Fax: 0045 33 36 72 93
E-mail: lars.mortensen@eea.eu.int
URL: http://org.eea.eu.int


2. Category of service and description, CPC reference number, quantity, options:

93000000.

Service category: 27.

Name given to contract: evaluation of the effectiveness of policies to address waste water pollution in selected European countries.

Reference number attributed: EEA/RNC/03/002.

Description of contract:
provide an evaluation of the effectiveness of economic instruments to address waste water pollution from point sources in six to seven EEA member countries in the period from 1970 to 2002.

As a follow-up to the 2001 EEA Report 'Reporting on Environmental Measures: Are we being effective?', pilot studies to evaluate the effectiveness of policies in selected areas for selected European countries will be undertaken. One study is to evaluate the effectiveness of policies to address waste water pollution from point sources in selected European countries. The contractor who will be awarded the contract will undertake this study.

The following tasks are foreseen:

Task 1. Identification of countries for the evaluation.

The contractor shall make an assessment of:
a) the availability of and the access to information in European countries on economic and other instruments to address waste water pollution from point sources; and
b) the availability of data for indicators of environmental pressures from waste water and related changes in the state of the environment. Based on this assessment, the contractor shall select six to seven EEA member countries for which the evaluation will be undertaken.

Task 2. A detailed qualitative assessment of the use of economic instruments to address waste water pollution from point sources in six to seven European countries.

For each of the countries selected, a detailed qualitative assessment shall be made of the economic instruments put in place since 1970 to address waste water pollution from point sources. The assessment shall include a quantitative assessment of the costs of putting the policies in place and a qualitative analysis of the institutional structures underlying the policies.

Making use of the country assessments, a comparative assessment of the economic and other instruments put in place in the countries to address waste water pollution from point sources - including their costs and the related institutional structures - shall be made.

Task 3. A quantitative indicator-based assessment of changes in environmental pressures and the state of the environment related to waste water pollution from point sources in the countries selected. The contractor shall undertake an indicator-based assessment of national trends in the period 1970-2002 in the selected countries for waste water pollution from point sources. The assessment shall include the indicators Biological Oxygen Demand (BOD) and Chemical Oxygen Demand (COD), and for those years for which data is available also emissions of heavy metals, nitrogen, phosphates and water use by industry. It shall also include key state of the environment trends related to pressures from waste water pollution.

The contractor shall also undertake a comparative assessment of the trends for each indicator comparing the trends in the countries.

Task 4. Evaluation of the effectiveness of economic instruments to address waste water pollution from point sources in selected European countries.

Based on the activities described above, the contractor shall undertake a qualitative and quantitative evaluation of the environmental effectiveness of economic instruments implemented in the six to seven countries in the period 1970-2002.

The evaluation of the policy effectiveness shall be undertaken at country level and as a comparative assessment comparing the effectiveness of the instruments implemented in the countries selected.

Task 5. Report to the EEA.

The results of the evaluation activities shall be presented in a report to the EEA.

Total quantity or extent:
The winning contractor will be awarded a contract for 10 months.
The maximum budget foreseen is 50 000 EUR (including all costs).
The evaluation report must be delivered to the EEA no later than 10 months after signing of the contract.

A draft report must be delivered no later than seven months after signing of the contract.

3. Delivery to:

Lars Mortensen
EEA/RNC/03/002
Kongens Nytorv 6
DK-1050 Copenhagen K
NUTS: DK000, DK001

4.

(a) Reserved for a particular profession:

No.

(b) Law, regulation or administrative provision:

-

(c) Obligation to mention the names and qualification of personnel:

Yes.

5. Division into lots:

No.

6. Variants:

No.

7. Time limits for completion or duration of the contract, for starting or providing the service:

10 months.

8.

(a) Documents from:

European Environment Agency
Att: Charlotta Colliander
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 02
Fax: 0045 33 36 72 93
E-mail: charlotta.colliander@eea.eu.int
URL: http://org.eea.eu.int

(b) Requests not later than:

-

(c) Fee:

-

9.

(a) Deadline for receipt of tenders:

30.6.2003 (16:00)

(b) Address:

European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K

(c) Language(s):

Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish.

10.

(a) Opening of tenders (persons admitted):

European Environment Agency's representatives and one representative of each tenderer. Please inform Mr Lars Mortensen by separate mail if you wish to attend the opening.

(b) Date, time and place:

9.7.2003 (10:30)
European Environment Agency
Kongens Nytorv 6
DK-1050 Copenhagen K

11. Deposits and guarantees:

-

12. Financing and payment:

- Prices must be quoted in euro; - prices must be fixed amounts; - estimated travel and subsistence expenses must be indicated separately in the breakdown of costs.
The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.
Submission of a tender implies acceptance of the terms specified in the Agency's 'General terms and conditions applicable to contracts' in all matters not governed by this invitation to tender and waiver your company's own terms of business.

13. Legal form in case of group bidders:

-

14. Qualifications:

Legal status:

proof of the legal status may be furnished by the following documents:
- an identification sheet (name or business name, legal status, contact person, bank account, etc.);
- where applicable, references of inscription in the VAT-register;
- where applicable, references of inscription in the trade register.

Financial capacity:

proof of economic and financial capacity may 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 year 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.

Technical capacity:

evidence of the technical and professional capacity may be furnished by the following documents:
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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of environmental policy and in particular of policy effectiveness evaluation and instruments to address waste water pollution in European countries);
b) a description of the measures employed to ensure the quality of services;
c) a list of the principal services provided in the last year with the sums, dates and recipients, public or private;
d) an indication of the proportion of the contract which the tenderer may intend to subcontract.

15. Tenders may lapse after:

6 months.

16. Award criteria:

The most economically advantageous tender as stated below.
Proven experience in undertaking and publishing high quality policy effectiveness evaluations related to policies to address waste water pollution in European countries (35). Solid knowledge and understanding of waste water policies in European countries, incl. of their costs and the institutional frameworks within which the policies are implemented (10). Solid knowledge and understanding of the environmental pressures that result from waste water pollution in Europe (10). Soundness of the methodological approach (10). Competence of working team, as appearing from CVs (10). Practicality and completeness of the work plan proposed (5). Price (20).

17. Other information:

Address from which further information can be obtained:

European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 88
Fax: 0045 33 36 72 93
E-mail: lars.mortensen@eea.eu.int
URL: http://org.eea.eu.int

Type of procedure: open procedure.

Address from which further information can be obtained:

European Environment Agency
Att: Lars Mortensen
Kongens Nytorv 6
DK-1050 Copenhagen K
Tel.: 0045 33 36 72 88
Fax: 0045 33 36 72 93
E-mail: lars.mortensen@eea.eu.int
URL: http://org.eea.eu.int

The tender documents can be obtained from the European Environment Agency in 3 ways:

(1) by down-loading all tender documents from the EEA website
(2) by sending a fax request 0045 33 36 72 93 to Lars Mortensen
(3) by sending a request by letter or e-mail (lars.mortensen@eea.eu.int)
to Mr Lars Mortensen, EEA, Kongens Nytorv 6, DK-1050 Copenhagen K.

The tender documents include all relevant information (e.g. how to submit tenders, description of the work, forms, etc.).
In the awarding criteria the price will be valued as follows: 20 points for the cheapest offer, 0 points for the most expensive offer, whereas offers with prices in between will be valued pro rata.

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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.

18. Date of pre-information publication:

-

19. Notice postmarked:

7.5.2003

20. Notice received on:

7.5.2003

21. Covered by the GPA agreement:

Yes.


Download documents:

Annex I: Procedure for submitting an offer for Tender EEA/RNC/03/002

Annex II: Terms of reference

Annex III: Identification sheet

Annex IV: Service contract

Annex V: General terms and conditions

Annex VI: Reimbursement of travel expenses

Annex VII: Checklist for submitting an offer


Annexes I - VII



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/ADM/03/003 - Office machinery, equipment and supplies except computers

Call For Tender Published 12 May 2003

Call for tender: EEA/ADM/03/003


DK-Copenhagen K: Office machinery, equipment and supplies except computers

2003/S 90-079932


1. Awarding authority:


European Environment Agency
Domingo Zorrilla
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark
Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99
http://org.eea.eu.int/tenders.


2.a) Award procedure:


Open procedure.


2.b) Contract type:


Purchase. Framework contract.


3.a) Delivery to:


Kongens Nytorv 6
DK-1050 Copenhagen K
NUTS: DK000,DK001


3.b) Goods, CPA reference number:


30100000
Name given to contract: Supply of photocopy and facsimile machines.
Reference number attributed: EEA/ADM/03/003
Description of contract: Supply of photocopy and facsimile machines.


Lot: 1
CPV: 30120000
Short description: Medium sized digital photocopy machines:
Minimum copy speed: 15 - 40 sheets per minute.
Minimum features: Automatic feeder, sorter, stapler, simplex, duplex, 2 in 1.
Size: Maximum width 140 cm including feeder and sorter.


Lot: 2
CPV: 30120000.
Short description: High speed digital photocopy machines:
Minimum copy speed: 40 - 70 sheets per minute
Minimum features: Automatic feeder, sorter, stapler, simplex, duplex, 2 in 1.
Size: Maximum width 140 cm including feeder and sorter.


Lot: 3
CPV: 30120000.
Short description: High speed digital photocopy machines:
Minimum copy speed: 40 - 70 sheets per minute
Minimum features: Automatic feeder, sorter, stapler, simplex, duplex, 2 in 1.
Size: Free size.


Lot: 4
CPV: 30120000.
Short description: Large size digital photocopy machines:
Minimum copy speed: 60 - 90 sheets per minute.
Minimum features: Automatic feeder, sorter, stapler, simplex, duplex, 2 in 1.
Finisher: Stapling/folding; pamphlet with stapling and folding options; insert supply; 4 colours (black + 3 colours).


Lot: 5
CPV: 30120000.
Short description: Digital full colour copy and printing machines:


Lot: 6
CPV: 30120000.
Short description: Telefax machines:
Minimum 2 Mbyte memory.


3.c) Quantity to be supplied, options:


Currently the EEA has got 15 copy machines and 11 fax machines. In the upcoming 4 years the majority needs to be replaced and some further machines might be needed.


3.d) Division into lots:


Yes. Tenders may be submitted for all lots.


4. Time limits for completion or duration of the contract, for starting or delivering supplies:


48 month(s).


5.a) Documents from:


European Environment Agency
Domingo Zorrilla
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark
Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99
E-mail: domingo.zorrilla@eea.eu.int
URL http://org.eea.eu.int/tenders

6.a) Deadline for receipt of tenders:


23.6.2003 ( 16:00), 52 days from dispatch of notice.


6.b) Address:


European Environment Agency
Domingo Zorrilla
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


6.c) Language(s):


Spanish. Danish. German. Greek. English. French. Italian. Dutch. Portuguese. Finnish. Swedish.


7.a) Opening of tenders (persons admitted):


European Environment Agency's representatives and one representative of each tenderer. Please inform Mr. D. Zorrilla by separate mail of your wish to attend the opening.


7.b) Date, time and place:


30.6.2003 ( 11:00). European Environment Agency.


8. Deposits and guarantees:


9. Financing and payment:


Please see tender documents.


10. Legal form in case of group bidders:


11. Qualifications:


Legal status:


Proof of the legal status may be furnished by the following documents:
- identification sheet (see tender documents)
- copy of trade register
- copy of VAT registration.


Financial capacity:


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 works, supplies or services covered by the contract during a period which may be no more that the last three financial years.


Technical capacity:


Proof of the technical capacity may be furnished by:


a) Samples, descriptions and/or authentic photographs and/or certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of the products with the specifications or standards in force.


b) a list of technicians or technical bodies involved, especially those responsible for quality control and maintenance.


12. Tenders may lapse after:

6 month(s).


13. Award criteria:


The most economically advantageous tender as stated below.
Quality/Operational reliability ( 30).
Price ( 30).
Stability of maintenance/service ( 20).
Environmental considerations ( 20).


14. Variants:

No.


15. Other information:


Address from which further information can be obtained:
European Environment Agency
Att.: Domingo Zorrilla
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark
Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99
E-mail: domingo.zorrilla@eea.eu.int
URL http://org.eea.eu.int/tenders


Grounds for exclusion:


The tenderer shall provide an auto-declaration, preferably made on oath before a judical 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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


16. Date of pre-information publication:


17. Notice postmarked:

29.4.2003


18. Notice received on:

29.4.2003


19. Covered by the "GPA" agreement:

Yes.




Download tender documents:

Annex I: Procedure for submitting an offer for Tender EEA/ADM/03/003

Annex II: Technical specifications

Annex III: Identification sheet

Annex IV: Framework contract

Annex V: General terms and conditions

Annex VI: Checklist for submitting an offer


Annexes I - VI



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/ITS/03/006 - Recreational, cultural and sporting services

Call For Tender Published 04 Apr 2003

Call for tender: EEA/ITS/03/006


DK-Copenhagen: recreational, cultural and sporting services

2003/S 67-058189

1. Awarding authority:

European Environment Agency,
Att: Ove Caspersen,
Kongens Nytorv 6,
DK-1050 Copenhagen.
Tel.: 0045 33 36 71 00.
Fax: 0045 33 36 71 99.
URL: http://org.eea.eu.int/tenders.

2. Category of service and description, CPC reference number, quantity, options:

92000000.
Framework contract. service category: 27.
Name given to contract: provision of events services for the European Environment Agency.
Reference number attributed: EEA/ITS/03/006.
Description of contract: to provide the European Environment Agency with services relating to the preparation and carrying out of events on EEA matters, products, environmental information or other related issues.

3. Delivery to:

Kongens Nytorv 6.
DK-1050 Copenhagen K.

NUTS:

DK000, DK001.

4. (a) Reserved for a particular profession:

No.
(b) Law, regulation or administrative provision:
(c) Obligation to mention the names and qualification of personnel: Yes.

5. Division into lots:

No.

6. Variants:

No.

7. Time limits for completion or duration of the contract, for starting or providing the service:

48 month(s).

8. (a) Documents from:

European Environment Agency,
Att: Linda Jandrup,
Kongens Nytorv 6,
DK-1050 Copenhagen K.
Tel.: 0045 33 36 71 71.
Fax: 0045 33 36 71 97.
E-mail:linda.jandrup@eea.eu.int.
URL: http://org.eea.eu.int/tenders.

(b) Requests not later than:

(c) Fee:

9. (a) Deadline for receipt of tenders:

19.5.2003 (16.00).

(b) Address:

European Environment Agency,
Att: Ove Caspersen,
Kongens Nytorv 6,
DK-1050 Copenhagen K.

(c) Language(s):

Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish, Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Rumanian, Slovak, and Slovenian.

10. (a) Opening of tenders (persons admitted):

European Environment Agency's representatives and one representative of each tenderer.

(b) Date, time and place:

28.5.2003 (9.30).
European Environment Agency,
Kongens Nytorv 6,
DK-1050 Copenhagen K,
Denmark.

11. Deposits and guarantees:


12. Financing and payment:

See contract documents.

13. Legal form in case of group bidders:


14. Qualifications: Conditions for participation (selection criteria):

Legal status:

Copy of documents confirming the tenderer's:
- inclusion in a trade register.
and/or.
- VAT registration.
Financial capacity:
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 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.
Exclusion cases: the tenderer shall provide evidence that he/she is not in the situation described in Article 2.2 of the Agency's general terms and conditions applicable to contracts. The evidence shall be a recent certificate issued by the competent authority of the country concerned. Where no such certificate is issued it may be replaced by a sworn, or failing that, a solemn statement made before a judicial or administrative authority, a notary, or a qualified professional body in his/her country of origin or provenance.
Technical capacity:
Provision of evidence in the tender documents:
- 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.
- of relevant knowledge, by enclosing CVs of the staff proposed for delivery of the consultancy services.
- of the average annual manpower and the number of managerial staff of the tenderer in the last three years.

15. Tenders may lapse after:

9 month(s).

16. Award criteria:

Criteria as stated in contract documents.

17. Other information:

Address from which further information can be obtained:
European Environment Agency,
Att: Ove Caspersen, Kongens Nytorv 6,
DK-1050 Copenhagen K. Tel.: 0045 33 36 72 03.
Fax: 0045 33 36 71 97.
E-mail: ove.caspersen@eea.eu.int.
URL: http://org.eea.eu.int/tenders.
Type of procedure: open procedure.

The winning contractor will be awarded a framework contract for four years 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.

18. Date of pre-information publication:


19. Notice postmarked:

25.3.2003.

20. Notice received on:

25.3.2003.

21. Covered by the GPA agreement:

Yes.




Download:

Annex I: Procedure for submitting offer

Annex II: Technical specifications

Annex IIa: Specimen quotations

Annex III: Identification sheet

Annex IV: Draft framework contract

Annex V: General terms

Annex VI: Travel expenses


Annexes I - VI



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/ADM/03/002 - Travel agencies services

Call For Tender Published 24 Mar 2003

Call for tender: EEA/ADM/03/002


DK-Copenhagen: travel agencies services
2003/S 58-050046




1. Awarding authority:


European Environment Agency

Tommi Multala
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark.

Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99

URL http://org.eea.eu.int/tenders


2. Category of service and description, CPC reference number, quantity, options:


Service category: 27. Framework contract. 63000000,63510000. Name given to contract: Travel Agency Services.
Reference number attributed: EEA/ADM/03/002.
Description of contract: Travel Agency Services (air, train, ship etc). Please see tender documents for details.
Total quantity or extent: The estimated annual volume is about 800 travels of which around 80 % are trips within Europe including Central and Eastern Europe.
Options: The travel Agency should take up its work on 1/10/03.


3. Delivery to:


Kongens Nytorv 6
DK-1050 Copenhagen K
NUTS: DK000,DK001


4.a) Reserved for a particular profession:


Yes.


4.b) Law, regulation or administrative provision:


- please furnish a copy of your firm's IATA licence.


4.c) Obligation to mention the names and qualification of personnel:


Yes.


5. Division into lots:


No.


6. Variants:


No.


7. Time limits for completion or duration of the contract, for starting or providing the service:


48 month(s). Starting 1.10.2003.


8.a) Documents from:


European Environment Agency

Att. Tommi Multala
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark

Telephone 0045 33 36 71 00
Fax 0045 33 36 71 94

E-mail: tommi.multala@eea.eu.int
URL http://org.eea.eu.int/tenders


9.a) Deadline for receipt of tenders:


5.5.2003; 52 days from dispatch of notice. (16:00).


9.b) Address:


European Environment Agency

Tommi Multala
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


9.c) Language(s):


Spanish. Danish. German. Greek. English. French. Italian. Dutch. Portuguese. Finnish. Swedish.


10.a) Opening of tenders (persons admitted):


European Environment Agency's representatives and one representative of each tenderer. Please inform Mr. T. Multala by separate mail of your wish to attend the opening.


10.b) Date, time and place:


13.5.2003 (14:00). European Environment Agency.


11. Deposits and guarantees:


12. Financing and payment:


Please see tender documents.


13. Legal form in case of group bidders:


14. Qualifications:


Legal status:

Proof of the legal status may be furnished by the following documents:

  • identification sheet (see tender documents)
  • copy of trade register
  • copy of VAT registration.

Financial capacity:

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 works, supplies or services covered by the contract during a period which may be no more that the last three financial years.

Technical capacity:

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 description of the technical equipment, tools and plant to be employed by the firm for performing a service or works contract;
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.

15. Tenders may lapse after:


6 month(s).


16. Award criteria:


The most economically advantageous tender as stated below.
Price and fees (30). System availability (30). Support and communication (20). Discount fares (10). Payment terms (10).


17. Other information:


Type of procedure: Open procedure. Address from which further information can be obtained:

European Environment Agency
Att. Tommi Multala
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark

Telephone 0045 33 36 71 00
Fax 0045 33 36 71 94

E-mail: tommi.multala@eea.eu.int
URL http://org.eea.eu.int/tenders


Grounds for exclusion:


The tenderer shall provide an auto-declaration, preferably made on oath before a judical 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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


18. Date of pre-information publication:


19. Notice postmarked:


12.03.2003


20. Notice received on:


12.03.2003


21. Covered by the "GPA" agreement:


Yes.


Download:

Annex I: Procedure for submitting a Call for Tender

Annex II: Technical specifications

Annex III: Identification sheet

Annex IV: Draft framework contract

Annex V: General terms and conditions applicable to contracts

Annex VI: Checklist for easier follow-up


Annexes I - VI



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/RNC/03/001 - Miscellaneous services

Call For Tender Published 18 Mar 2003

Call for tender: EEA/RNC/03/001


DK-Copenhagen: miscellaneous services
2003/S 54-046421




1. Awarding authority:


European Environment Agency
Hans Vos
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark.

Telephone 0045 33 36 72 02
Fax 0045 33 36 72 93
URL http://org.eea.eu.int


2. Category of service and description, CPC reference number, quantity, options:


Service category: 27. 93000000. Name given to contract: Executing an inventory of economic instruments in EEA countries.
Reference number attributed: EEA/RNC/03/001.
Description of contract: Drawing up an inventory of economic instruments for environmental policy and natural resources management in selected EEA countries.


EEA and OECD are establishing a database for economic instruments for environmental policy and natural resources management in EEA and OECD member countries. Although much information is already available, there are gaps that will be filled in this project.


The consultant who will be awarded the contract will have to execute an inventory of economic instruments for the countries specified under task 2.


The following tasks are foreseen:


Task 1: Familiarize with existing information and its structure.


The database is written in MS Access97 and specifies the exact details of the economic instruments that should be found.


Task 2: Contact relevant networks and retrieve the requested information:


A network of experts in the various countries is currently under development. The consultant should contact them and identify additional information on the instruments either or not already in the database. EEA will provide the coordinates of this network and inform the network about this project.


The consultant must however also exploit his own networks to collect additional data necessary to achieve a satisfactory level of information in the database.


Information will need to be collected for the following types of economic instruments:


1. Environmentally motivated subsidies
2. Trading permits systems
3. Deposit-refund systems
4. Voluntary approaches
5. Environmental taxes and charges


The use of these instruments in environmental policy at national, provincial and local level (aimed at the quality of air and climate, water, waste, soil, and at products) as well as in natural resources management (wetlands, forestry, fishery, nature conservation areas, resources such as water and minerals, natural species and wildlife) will need to be included. Also instruments managed outside the public sector, but decided on in cooperation with the public sector must be included as well.


The inventory will be made for the following countries: Albania, Bosnia-Herzegovina, Bulgaria, Croatia, Cyprus, Estonia, TFYR of Macedonia, Latvia, Liechtenstein, Lithuania, Malta, Romania, Slovenia and the Federation of Serbia and Montenegro.


Task 3: Uploading the collected information in the database


After proper quality checking the collected information will be put in the MS Access97 database. Files for the relevant countries will be provided by EEA, and returned to EEA after completion.


Total quantity or extent: The winning contractor will be awarded a contract for one year which may be renewed twice each for the period of one year (total project duration will be max. 36 months), up to a maximum budget of EUR 162,000 for all contracts together, provided that funds will be available in future budget years. For the first year the max. foreseen budget is EUR 60,000 (including all costs).


3. Delivery to:


Mr. Hans Vos
EEA/RNC/03/001
Kongens Nytorv 6
DK-1050 Copenhagen K

NUTS: DK000,DK001


4.a) Reserved for a particular profession:


No


4.c) Obligation to mention the names and qualification of personnel:


Yes


5. Division into lots:


No


6. Variants:


No


7. Time limits for completion or duration of the contract, for starting or providing the service:


12+ month(s).


8.a) Documents from:


European Environment Agency
Charlotta Colliander
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark

Telephone 0045 33 36 72 02
Fax 0045 33 36 72 93
E-mail: Charlotta.Colliander@eea.eu.int
URL http://org.eea.eu.int


9.a) Deadline for receipt of tenders:


28.4.2003 52 days from dispatch of notice. (16:00)


9.b) Address:


European Environment Agency
Mr. Hans Vos
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


9.c) Language(s):


Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish.


10.a) Opening of tenders (persons admitted):


European Environment Agency's representatives and one representative of each tenderer. Please inform Mr. H. Vos by separate mail of your wish to attend the opening.


10.b) Date, time and place:


6.5.2003 ( 10:30). European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K, Denmark.


11. Deposits and guarantees:


12. Financing and payment:


  • Prices must be quoted in Euros;
  • Prices must be fixed amounts;
  • Estimated travel and subsistence expenses must be indicated separately in the break down of costs.

The consultant is expected to offer their services showing a budget for their activities, and stating daily rates according to the expertise offered and level of experience.


Submission of a tender implies acceptance of the terms specified in the Agency’s “General terms and conditions applicable to contracts” in all matters not governed by this invitation to tender and waiver your company’s own terms of business.


13. Legal form in case of group bidders:


14. Qualifications:


Legal status:


Proof of the legal status may be furnished by the following documents:

  • An identification sheet (name or business name, legal status, contact person, bank account, etc.).
  • Where applicable, references of inscription in the VAT-register;
  • Where applicable, references of inscription in the trade register.

Financial capacity:


Proof of economic and financial capacity may 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 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.


Technical capacity:


Evidence of the technical and professional capacity may be furnished by the following documents:

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 (indicate knowledge of and experience with information sources as well as a company profile showing good and proven knowledge of environmental policy and in particular of economic instruments at national level, in particular in the countries covered in this project);

b) a description of the technical equipment and tools to be employed by the firm for performing a service or works contract;(state the experience with existing MS-Access databases)

c) a description of the measures employed to ensure the quality of supplies and services;

d) A list of the principal services provided in the past three years with the sums, dates and recipients, public or private.


15. Tenders may lapse after:


9 month(s)


16. Award criteria:


The most economically advantageous tender as stated below.
Soundness of the methodological approach (15). Practicality and completeness of the work plan proposed (15). Availability of relevant networks in the indicated geographic area (30). Price (40).


17. Other information:


Type of procedure: Open procedure. Address from which further information can be obtained:


European Environment Agency
Att. Hans Vos
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark.

Telephone 0045 33 36 71 41
Fax 0045 33 36 72 93
E-mail: Hans.Vos@eea.eu.int
URL http://org.eea.eu.int


The tender documents can be obtained from the European Environment Agency in 4 ways:


(1) by e-mailing a request to Charlotta.Colliander@eea.eu.int;
(2) by sending a fax request ((45) 33 36 72 93;
(3) by sending a request by letter to Mr. Hans Vos, EEA, Kongens Nytorv 6, DK-1050 Copenhagen K or
(4) by downloading all tender documents from the download section of this page.


The tender documents include all relevant information (e.g. how to submit tenders, description of the work, forms, etc.)

Grounds for exclusion:


The tenderer shall provide an auto-declaration, preferably made on oath before a judical 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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


18. Date of pre-information publication:


19. Notice postmarked:


6.3.2003


20. Notice received:


6.3.2003


21 Covered by the "GPA" agreement:


Yes


Download:

Annex I: Procedure for submitting an offer for Tender EEA/RNC/03/001

Annex II: Description of the work

Annex III: Identification sheet

Annex IV: DRAFT contract

Annex V: General terms and conditions

Annex VI: Reimbursement of travel expenses

Annex VII: Checklist for submitting an offer


Annexes I - VII



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/ADM/03/001 - Canteen equipment

Call For Tender Published 04 Mar 2003

Call for Tender EEA/ADM/03/001


DK-Copenhagen: Canteen equipment 2003/S 44-037496



1. Awarding authority:

European Environment Agency
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99


URL: http://org.eea.eu.int/tenders


2.a) Award procedure:


Open procedure.


2.b) Contract type:


Purchase. Framework contract.


3.a) Delivery to:


Kongens Nytorv 6
DK-1050 Copenhagen K
NUTS: DK000,DK001.


3.b) Goods, CPA reference number:


29842200, 28600000.


Name given to contract: Canteen equipment supplies.
Reference number attributed: EEA/ADM/03/001.
Description of contract: purchase of canteen equipment.


3.c) Quantity to be supplied, options:


The canteen at the EEA is set up for about 150 persons and is currently fully equipped. This call is to procure replacement of equipment and to extend it according a possible increase of staff at EEA.


3.d) Division into lots:


No.


4. Time limits for completion or duration of the contract, for starting or delivering supplies:


48 month(s).


5.a) Documents from:


European Environment Agency
Att. Domingo Zorrilla
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99


E-mail: domingo.zorrilla@eea.eu.int


URL: http://org.eea.eu.int/tenders


6.a) Deadline for receipt of tenders:


14.4.2003 52 days from dispatch of notice. (16:00)


6.b) Address:


European Environment Agency
Att. Domingo Zorrilla
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


6.c) Language(s):


Spanish. Danish. German. Greek. English. French. Italian. Dutch. Portuguese. Finnish. Swedish.


7.a) Opening of tenders (persons admitted):


European Environment Agency's representatives and one representative of each tenderer. Please inform Mr. D. Zorrilla by separate mail of your wish to attend the opening.


7.b) Date, time and place:


22.4.2003 ( 11:00). European Environment Agency.


8. Deposits and guarantees:


9. Financing and payment:


Please see tender documents.


10. Legal form in case of group bidders:


11. Qualifications:


Legal status:


- identification sheet (see tender documents)


- copy of trade register


- copy of VAT registration.


Financial capacity:

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 works, supplies or services covered by the contract during a period which may be no more that the last three financial years.


Technical capacity:


Samples, descriptions and/or authentic photographs and/or certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of the products with the specifications or standards in force.


12. Tenders may lapse after:


6 month(s).


13. Award criteria:


The most economically advantageous tender as stated below.

Quality ( 30). Price ( 30). Stability of delivery ( 20). Environmental considerations ( 20).


14. Variants:


No.


15. Other information:


Address from which further information can be obtained:


European Environment Agency
Att. Domingo Zorrilla
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark


Telephone 0045 33 36 71 00
Fax 0045 33 36 71 99


E-mail: domingo.zorrilla@eea.eu.int


http://org.eea.eu.int/tenders.


Grounds for exclusion:


The tenderer shall provide an auto-declaration, preferably made on oath before a judical 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 (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


Download annexes


Annex 1 - Procedure for submitting a Call for Tender

Annex 2 - Technical specifications

Annex 3 - Identification sheet

Annex 4 - Draft framework contract

Annex 5 - General terms and conditions applicable to contracts


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/ITS/03/004 - Radio, television, communication, telecommunication and related equipment and apparatus

Call For Tender Published 17 Feb 2003

Call for tender: EEA/ITS/03/004


DK-Copenhagen: radio, television, communication, telecommunication and related equipment and apparatus

2003/S 41-034710


1.
Awarding authority: European Environment Agency, Att: Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 00. Fax: 0045 33 36 71 99. URL: http://org.eea.eu.int/tenders.
2.
Category of service and description, CPC reference number, quantity, options: 32000000.
Framework contract. Service category: 7.
Name given to contract: Procurement of audiovisual equipment for the European Environment Agency.
Reference number attributed: EEA/ITS/03/004.
Description of contract: to provide the European Environment Agency with services relating to the procurement of various types of audiovisual equipment.
3.
Delivery to: Kongens Nytorv 6, DK-1050 Copenhagen K.
NUTS: DK000, DK001.
4.(a)Reserved for a particular profession: No.
 (b)Law, regulation or administrative provision:
 (c)Obligation to mention the names and qualification of personnel: Yes.
5.
Division into lots: No.
6.
Variants: No.
7.
Time limits for completion or duration of the contract, for starting or providing the service: 48 month(s).
8.(a)Documents from: European Environment Agency, Att: Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 71. Fax: 0045 33 36 71 97. E-mail: linda.jandrup@eea.eu.int. URL: http://org.eea.eu.int/tenders.
 (b)Requests not later than:
 (c)Fee:
9.(a)Deadline for receipt of tenders: 52 days from dispatch of notice (16:00).
 (b)Address: European Environment Agency, Att: Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen K.
 (c)Language(s): Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish, Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Rumanian, Slovak and Slovenian.
10.(a)Opening of tenders (persons admitted): European Environment Agency's representatives and one representative of each tenderer.
 (b)Date, time and place: 23.4.2003 (09:30).
European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
11.
Deposits and guarantees:
12.
Financing and payment: See contract documents.
13.
Legal form in case of group bidders:
14.
Qualifications: Conditions for participation (selection criteria):
legal status:
copy of documents confirming the tenderer's:
- inclusion in a trade register,
and/or
- VAT registration;
financial capacity:
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 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.
Exclusion cases: the tenderer shall provide evidence that he/she is not in the situation described in Article 2.2 of the Agency's general terms and conditions applicable to contracts. The evidence shall be a recent certificate issued by the competent authority of the country concerned. Where no such certificate is issued it may be replaced by a sworn, or failing that, a solemn statement made before a judicial or administrative authority, a notary, or a qualified professional body in his/her country of origin or provenance;
technical capacity:
provision of evidence in the tender documents:
- 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,
- of relevant knowledge, by enclosing CVs of the staff proposed for delivery of the consultancy services.
- of the average annual manpower and the number of managerial staff of the tenderer in the last three years.
15.
Tenders may lapse after: 9 month(s).
16.
Award criteria: Criteria as stated in contract documents.
17.
Other information: Address from which further information can be obtained: European Environment Agency, Att: Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 03. Fax: 0045 33 36 71 97. E-mail: ove.caspersen@eea.eu.int. URL: http://org.eea.eu.int/tenders.
Type of procedure: open procedure.
The winning contractor will be awarded a framework contract for four years 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.
18.
Date of pre-information publication:
19.
Notice postmarked: 17.2.2003.
20.
Notice received on: 17.2.2003.
21.
Covered by the GPA agreement: Yes.

Download:

Annex I: Procedure for submitting offer

Annex II: Technical annex

Annex IIa: Specimen quotations for procurement

Annex III: Identification sheet

Annex IV: Draft framework contract

Annex V: General terms

Annex VI: 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/ITS/03/002 - Networks

Call For Tender Published 14 Feb 2003

Call for tender: EEA/ITS/03/002


DK-Copenhagen: networks

2003/S 40-033657


1.
Awarding authority: European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 00. Fax: 0045 33 36 71 99. URL: http://org.eea.eu.int/tenders.
2.
Category of service and description, CPC reference number, quantity, options: 32400000; 32500000.
Framework contract. Service category: 5.
Name given to contract: 1: Internet access 2: Dial-in services.
Reference number attributed: EEA/ITS/03/002.
Description of contract:
to provide the European Environment Agency with the following services:
lot 1: connectivity to the public Internet;
lot 2: dial-in services for distance workers and roaming access via public Internet lines.
For both lots, maintenance, monitoring and warranty on services and products must be offered with the actual products.
Lot: lot 1.
Lot: lot 2.
3.
Delivery to: Agency premises at Kongens Nytorv 6, DK-1250 Copenhagen K.
NUTS: DK000, DK001.
4.(a)Reserved for a particular profession: No.
 (b)Law, regulation or administrative provision:
 (c)Obligation to mention the names and qualification of personnel: No.
5.
Division into lots: Yes.
Tenders may be submitted for all lots.
6.
Variants: No.
7.
Time limits for completion or duration of the contract, for starting or providing the service: 48 month(s).
8.(a)Documents from: European Environment Agency, Att: Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 71. Fax: 0045 33 36 71 97. E-mail: linda.jandrup@eea.eu.int. URL: http://org.eea.eu.int/tenders.
 (b)Requests not later than:
 (c)Fee:
9.(a)Deadline for receipt of tenders: 52 days from dispatch of notice (16:00).
 (b)Address: European Environment Agency, Att: Orjan Lindberg, Kongens Nytorv 6, DK-1050 Copenhagen K.
 (c)Language(s): Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish, Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Rumanian, Slovak and Slovenian.
10.(a)Opening of tenders (persons admitted): European Environment Agency's representatives and one representative of each tenderer.
 (b)Date, time and place: 15.4.2003 (14:00).
European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
11.
Deposits and guarantees:
12.
Financing and payment: See contract documents.
13.
Legal form in case of group bidders:
14.
Qualifications: Conditions for participation (selection criteria) for lot 1 and lot 2:
legal status:
copy of documents confirming the tenderer's:
- inclusion in a trade register,
and/or
- VAT registration;
financial capacity:
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 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.
Exclusion cases: the tenderer shall provide evidence that he/she is not in the situation described in Article 2.2 of the Agency's general terms and conditions applicable to contracts. The evidence shall be a recent certificate issued by the competent authority of the country concerned. Where no such certificate is issued it may be replaced by a sworn, or failing that, a solemn statement made before a judicial or administrative authority, a notary, or a qualified professional body in his/her country of origin or provenance;
technical capacity:
provision of evidence in the tender documents:
- by listing previous clients and services provided that the business activity of the company is relevant from the standpoint of the lot in question,
- explicitly verifying compliance of the vendor with relevant Danish electric and telecommunications standards.
15.
Tenders may lapse after: 9 month(s).
16.
Award criteria: Criteria as stated in contract documents.
17.
Other information: Address from which further information can be obtained: European Environment Agency, Att: Orjan Lindberg, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 45. Fax: 0045 33 36 71 97. E-mail: orjan.lindberg@eea.eu.int. URL: http://org.eea.eu.int/tenders.
Type of procedure: open procedure.
The winning contractor(s) will be awarded a framework contract for four years and on the condition that the criteria in the call for tender are constantly met.
The first specific agreement(s) will be awarded for a period of one year on signature of the framework contract(s).
18.
Date of pre-information publication:
19.
Notice postmarked: 14.2.2003.
20.
Notice received on: 14.2.2003.
21.
Covered by the GPA agreement: Yes.

Download:

Annex I: Procedure for submitting offer

Annex II: Technical specifications

Annex III: Identification sheet

Annex IV: Draft framework contract EEA

Annex V: Specific agreement

Annex VI: General terms

Annex VII: 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/ITS/03/003 - Computer and related services

Call For Tender Published 14 Feb 2003

Call for tender: EEA/ITS/03/003


DK-Copenhagen: computer and related services

2003/S 40-033658


1.
Awarding authority: European Environment Agency, Att: Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 00. Fax: 0045 33 36 71 99. URL: http://org.eea.eu.int/tenders.
2.
Category of service and description, CPC reference number, quantity, options: 72000000; 30241700.
Framework contract. Service category: 7.
Name given to contract: Audiovisual production work for the European Environment Agency.
Reference number attributed: EEA/ITS/03/003.
Description of contract: to provide the European Environment Agency with services relating to the production of audiovisual material on environmental information, organizational matters, products, or other related issues.
3.
Delivery to: Kongens Nytorv 6, DK-1050 Copenhagen K.
NUTS: DK000, DK001.
4.(a)Reserved for a particular profession: No.
 (b)Law, regulation or administrative provision:
 (c)Obligation to mention the names and qualification of personnel: Yes.
5.
Division into lots: No.
6.
Variants: No.
7.
Time limits for completion or duration of the contract, for starting or providing the service: 48 month(s).
8.(a)Documents from: European Environment Agency, Att: Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 71. Fax: 0045 33 36 71 97. E-mail: linda.jandrup@eea.eu.int. URL: http://org.eea.eu.int/tenders.
 (b)Requests not later than:
 (c)Fee:
9.(a)Deadline for receipt of tenders: 52 days from dispatch of notice (16:00).
 (b)Address: European Environment Agency, Att: Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen K.
 (c)Language(s): Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish, Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Rumanian, Slovak and Slovenian.
10.(a)Opening of tenders (persons admitted): European Environment Agency's representatives and one representative of each tenderer.
 (b)Date, time and place: 16.4.2003 (09:30).
European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
11.
Deposits and guarantees:
12.
Financing and payment: See contract documents.
13.
Legal form in case of group bidders:
14.
Qualifications: Conditions for participation (selection criteria):
legal status:
copy of documents confirming the tenderer's:
- inclusion in a trade register,
and/or
- VAT registration;
financial capacity:
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 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.
Exclusion cases: the tenderer shall provide evidence that he/she is not in the situation described in Article 2.2 of the Agency's general terms and conditions applicable to contracts. The evidence shall be a recent certificate issued by the competent authority of the country concerned. Where no such certificate is issued it may be replaced by a sworn, or failing that, a solemn statement made before a judicial or administrative authority, a notary, or a qualified professional body in his/her country of origin or provenance;
technical capacity:
provision of evidence in the tender documents:
- 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,
- of relevant knowledge, by enclosing CVs of the staff proposed for delivery of the consultancy services,
- of the average annual manpower and the number of managerial staff of the tenderer in the last three years.
15.
Tenders may lapse after: 9 month(s).
16.
Award criteria: Criteria as stated in contract documents.
17.
Other information: Address from which further information can be obtained: European Environment Agency, Att: Ove Caspersen, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 72 03. Fax: 0045 33 36 71 97. E-mail: ove.caspersen@eea.eu.int. URL: http://org.eea.eu.int/tenders.
Type of procedure: open procedure.
The winning contractor will be awarded a framework contract for four years 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.
18.
Date of pre-information publication:
19.
Notice postmarked: 14.2.2003.
20.
Notice received on: 14.2.2003.
21.
Covered by the GPA agreement: Yes.

Download:

Annex I: Procedure for submitting offer

Annex II: Technical annex

Annex IIa: Specimen quotations production

Annex III: Identification sheet

Annex IV: Draft framework

Annex V: General terms

Annex VI: 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/ITS/03/001 - Local area network services

Call For Tender Published 14 Feb 2003

Call for tender: EEA/ITS/03/001


DK-Copenhagen: local area network services

2003/S 40-033654


1.
Awarding authority: European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 00. Fax: 0045 33 36 71 99. URL: http://org.eea.eu.int/tenders.
2.
Category of service and description, CPC reference number, quantity, options: 72531000, 72100000, 30200000.
Framework contract. Service category: 7.
Name given to contract: Hardware, software and consultancy services for the local area network (LAN) at the European Environment Agency.
Reference number attributed: EEA/ITS/03/001.
Description of contract:
to support the European Environment Agency in maintaining and upgrading its local area network (LAN) by providing:
- hardware and software required for maintaining the existing network installation and possible expansion of it;
- consulting services for maintaining, monitoring, performance tuning and security configuration of EEA's network;
- hardware and software support services based on pre-defined response times.
3.
Delivery to: EEA premises at Kongens Nytorv 6, DK-1050 Copenhagen K.
NUTS: DK000, DK001.
4.(a)Reserved for a particular profession: No.
 (b)Law, regulation or administrative provision:
 (c)Obligation to mention the names and qualification of personnel: Yes.
5.
Division into lots: No.
6.
Variants: No.
7.
Time limits for completion or duration of the contract, for starting or providing the service: 48 month(s).
8.(a)Documents from: European Environment Agency, Att: Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 71. Fax: 0045 33 36 71 97. E-mail: linda.jandrup@eea.eu.int. URL: http://org.eea.eu.int/tenders.
 (b)Requests not later than:
 (c)Fee:
9.(a)Deadline for receipt of tenders: 52 days from dispatch of notice (16:00).
 (b)Address: European Environment Agency, Att: Orjan Lindberg, Kongens Nytorv 6, DK-1050 Copenhagen K.
 (c)Language(s): Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish, Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Rumanian, Slovak and Slovenian.
10.(a)Opening of tenders (persons admitted): European Environment Agency's representatives and one representative of each tenderer.
 (b)Date, time and place: 15.4.2003 (09:30).
European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
11.
Deposits and guarantees:
12.
Financing and payment: See contract documents.
13.
Legal form in case of group bidders:
14.
Qualifications: Conditions for participation (selection criteria):
legal status:
copy of documents confirming the tenderer's:
- inclusion in a trade register,
and/or
- VAT registration;
financial capacity:
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 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.
Exclusion cases: the tenderer shall provide evidence that he/she is not in the situation described in Article 2.2 of the Agency's general terms and conditions applicable to contracts. The evidence shall be a recent certificate issued by the competent authority of the country concerned. Where no such certificate is issued it may be replaced by a sworn, or failing that, a solemn statement made before a judicial or administrative authority, a notary, or a qualified professional body in his/her country of origin or provenance;
technical capacity:
provision of evidence in the tender documents:
- 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,
- of relevant knowledge, by enclosing CVs of the staff proposed for delivery of the consultancy services,
- of the average annual manpower and the number of managerial staff of the tenderer in the last three years,
- of ability to deliver the services at EEA's location in Copenhagen,
- of ability to repair or replace faulted equipment based on that the network should have a minimum downtime of 4 hours during office hours (08:00-17:00).
15.
Tenders may lapse after: 9 month(s).
16.
Award criteria: Criteria as stated in contract documents.
17.
Other information: Address from which further information can be obtained: European Environment Agency, Att: Orjan Lindberg, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.: 0045 33 36 71 45. Fax: 0045 33 36 71 97. E-mail: orjan.lindberg@eea.eu.int. URL: http://org.eea.eu.int/tenders.
Type of procedure: open procedure.
Contract duration:
the winning contractor will be awarded a framework contract for four years on the condition that the criteria in the call for tender are constantly met.
The first specific agreement will be awarded for a period of one year on signature of the framework contract.
18.
Date of pre-information publication:
19.
Notice postmarked: 14.2.2003.
20.
Notice received on: 14.2.2003.
21.
Covered by the GPA agreement: Yes.

Download:

Annex I: Procedure for submitting offer

Annex II: Technical specifications Network CFT

Annex III: Identification sheet

Annex IV: Draft framework

Annex V: Draft specific agreement

Annex VI: General terms

Annex VII: 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/ITS/02/006 - Usability study and users survey for the European Environment Agency web site

Call For Tender Published 10 Dec 2002

Usability study and users survey for the European Environment Agency web site

Open Procedure: Call for tender No. EEA/ITS/02/006

 

1. Awarding authority and place of delivery

The European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K, Telephone +45-33 36 71 00, Telefax +45-33 36 71 97.

 

2. Award procedure:

Open call for tender No. EEA/ITS/02/006

 

3. Purpose

To provide the European Environment Agency with services relating to:

  • usability of the web site
  • user survey amongst the primary target audience of the web site

4. Contract details

The selected company will be awarded a contract of up to twelve months on the condition that the criteria (below) are continuously met.

 

5. Request for specifications

(a) Detailed specifications of the work to be undertaken are annexed here (see below) or are available by e-mail from linda.jandrup@eea.eu.int. Written requests can also be sent by fax +45-33367197, or mail, to Linda Jandrup, European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
(b) The specifications are dispatched free of charge.

 

6. Submission of tenders

(a) Languages in which the tenders must be drawn up: one of the official languages of the European Environment Agency (the official languages of the EU plus Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Rumanian, Slovak, and Slovenian).
(b) Deadline: Offers must be submitted within 52 calendar days following dispatch of this call for tender to the Official Journal of European Communities.

Tenderers will be required to comply fully with the invitation to tender.

 

7. Opening of tenders

Officials from the Agency and EEA’s Financial Controller are authorised to be present at the opening.

 

8. Prices and terms

Submission of a tender implies acceptance of the terms specified in the Agency’s “General terms and conditions applicable to contracts” in all matters not governed by this invitation to tender and waiver your company’s own terms of business.

Prices must be in euro and VAT must be specified where applicable.

 

9. Selection criteria

  • Financial stability of the vendor, as evident from inscriptions in VAT register, trade register, annual reports, and financial statements.
  • Whether the business activity of the company is relevant from the standpoint of the task in question.
  • Understanding of the European Environment Agency's international business and experience in services for similar institutions.
  • Presentation and clarity of documentation.

10. Awarding criteria

  • Experience of the vendor in the field of user surveys and usability studies
  • Cost per day for consultancy services
  • Cost per day, secretarial personnel
  • Experience in web design
  • Experience in working in an international context
  • Experience in working with EU-related matters

11. Date of dispatch of the notice:

28.11.2002

 

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

28.11.2002

 

Annexes:

Annex I: Procedure for submitting an offer for Tender
Annex II:Technical specifications
Annex III: Identification sheet
Annex IV: Draft contract
Annex V: General conditions
Annex VI: 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/ADM/02/003 - Development consultancy services

Call For Tender Published 20 Nov 2002

Document number

2002-50322

Original country

DK

Original language

EN

Nature of contract

Services.

Type of document

Open procedure.

Title

DK-Copenhagen K: Development consultancy services

1. Awarding authority:

European Environment Agency.
Kongens Nytorv 6.
1050 Copenhagen K.
Denmark.
Telephone 0045 33 36 71 00.
Fax 0045 33 36 72 94.
URL http://org.eea.eu.int/tenders.

2. Category of service and description, CPC reference number, quantity, options:

Service category: 11. 73220000.
Name given to contract: European Environment Agency EMAS Registration Project.
Reference number attributed: EEA/ADM/02/003.
Description of contract: The aim is to design an overall structure for the "European Environment Agency EMAS Registration Project". The realisation of this project requires full fulfilment of the requirements of the EMAS Regulation and the integration of the environmental system into the existing structures and "modus operandi" of the Agency.

3. Delivery to:

Kongens Nytorv 6
DK-1050 Copenhagen K.
NUTS: DK000,DK001.

4.a) Reserved for a particular profession:

No.

4.b) Law, regulation or administrative provision:

4.c) Obligation to mention the names and qualification of personnel:

Yes.

5. Division into lots:

No.

6. Variants:

No.

7. Time limits for completion or duration of the contract, for starting or providing the service:

18 month(s).

8.a) Documents from:

European Environment Agency.
Gerda Rainer.
Kongens Nytorv 6. 1050
Copenhagen K. Denmark.
Telephone 0045 33 36 71 00.
Fax 0045 33 36 72 94.
E-mail: gerda.rainer@eea.eu.int.
URL http://org.eea.eu.int/tenders.

8.b) Requests not later than:

8.c) Fee:

9.a) Deadline for receipt of tenders:

6.1.2003 ( 16:00).

9.b) Address:

European Environment Agency.
Gerda Rainer.
Kongens Nytorv 6.
1050 Copenhagen K.
Denmark.

9.c) Language(s):

Spanish. Danish. German. Greek. English. French. Italian. Dutch. Portuguese. Finnish. Swedish.

10.a) Opening of tenders (persons admitted):

European Environment Agency's representatives, the financial controller and one representative of each tenderer.

10.b) Date, time and place:

13.1.2003 ( 14:00). European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.

11. Deposits and guarantees:

12. Financing and payment:

Please see tender documents.

13. Legal form in case of group bidders:

14. Qualifications:

Legal status:

  • identification sheet
  • copy of trade register
  • copy of VAT registration.

Financial capacity:

  • evidence of financial standing by furnishing extracts from financial statements of the last three years.

    Exclusion cases: Companies being bankrupt or wound up, have ceased or suspended business activities, have suspended payments, have entered into an agreement with creditors or undertaken similar measures, or be subject to any procedure of this kind.

Technical capacity:

  • Relevant knowledge: Enclose CVs of key personnel including a reference list of relevant previous projects.
  • Experience: The key personnel shall have demonstrable experience in the areas that are part of this call for tender. In particular, the tenderer shall also demonstate that the personnel is technically capable of carrying out the tasks as described in the tender documents. In this respect, the tenderer shall attach to its offer a list of previous contracts showing that his staff has previously carried out projects relating to EMAS and ISO 14001; has implemented EMAS within public authorities and has relevant experience in both training and environmental auditing.

15. Tenders may lapse after:

6 month(s).

16. Award criteria:

The most economically advantageous tender as stated below. Understanding ( 35). Methodology ( 35). Project Management ( 25). Availability ( 25). Price: The bid offering the best value for money will be considered, providing that at least the minimum number of points is achieved (100 points - min. 25 points for criteria 1 + 2 and min. 20 points for criteria 3 + 4). This is calculated by dividing the price by the number of points awarded.

17. Other information:

Type of procedure: Open procedure. Address from which further information can be obtained: European Environment Agency. Gerda Rainer. Kongens Nytorv 6. 1050 Copenhagen K. Denmark. Telephone 0045 33 36 71 00. Fax 0045 33 36 72 94. E-mail: gerda.rainer@eea.eu.int. URL http://org.eea.eu.int/tenders. The premises of the Agency (Kongens Nytorv 6, 1050 Copenhagen) can be visited on 17/12/02 at 14:00 - please notify Ms. Gerda Rainer by fax or e-mail of your intention to participate.

18. Date of pre-information publication:

19. Notice postmarked:

7/11/02

20. Notice received on:

7/11/02

21. Covered by the GPA agreement:

Download documents


Annexes:

Letter
Procedure for submitting an offer
Annex II:Technical specifications
Annex III: Identification sheet
Annex IV: Draft service contract
Annex V: General terms and conditions applicable to contracts


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/003/02 - Developing a High Nature Value farming area indicator

Call For Tender Published 19 Sep 2002

Open call for tender EEA/EAS/003/02

TECHNICAL SPECIFICATION


09-09-2002


Developing a High Nature Value farming area indicator


Invitation to tender EEA/EAS/003/02

Project manager: Ybele Hoogeveen


1. Introduction


1.1 Background


Agriculture manages approximately 50% of all land in Europe. Regional farming traditions and extensive management practices have resulted in rich cultural landscapes with associated high biodiversity, commonly referred to as High Nature Value farming areas. Due to intensification of European agriculture, however, their extent has decreased and considerable biodiversity loss has occurred. The importance of HNV farming areas is recognised in several EU documents, such as the Rural Development Regulation 1257/1999 (as an objective for agri-environment schemes), the EC Biodiversity Action Plan for Agriculture, and Commission Communications on agri-environmental indicators (COM(2000) 20 and COM(2001) 144).


It is difficult to give an accurate and comprehensive European picture of the current situation and extent of remaining HNV farming areas. In spite of previous work during the 1990s, there is no consistent and commonly accepted indicator that combines relevant data on farming practice and associated biodiversity. Many relevant data sources are insufficiently detailed or have regional gaps. However, maintaining and developing HNV farming areas is crucial for protecting biodiversity on farmland in Europe. Policy measures, such as agri-environment schemes, should adequately target the remaining HNV farming areas.


An indicator for High Nature Value farming areas is urgently required to:

  • a) determine which farming systems in Europe are most important for agricultural biodiversity,
  • b) monitor their geographical distribution,
  • c) assess the targeting of agri-environmental policy measures, and
  • d) gain insight into the impact of CAP regimes on biodiversity rich farming systems.

As a contribution to agri-environmental indicator development in the framework of a Memorandum of Understanding between DG Agri, DG Env, DG Eurostat, DG JRC and the EEA, and in view of the expected IRENA project on agri-environmental indicators, the EEA has therefore decided to include the development of a HNV farming area indicator in its 2002 work programme.


1.2. Previous work


On 21 and 22 February, an expert meeting was held at EEA to discuss options for the development of a HNV farming area indicator and discuss data availability. In general, there was a preference for an approach, in which farming characteristics (input/product/management parameters) would be combined with biogeographical data (quality parameters). It appeared very difficult to find HNV farming parameters that are suitable across Europe, since farming practices show big regional variation. Instead the most promising approach appeared to be to build on a simple classification of regional farming systems. In spite of the difficulty of developing a detailed concept during just one meeting, some preliminary parameters, that would be relevant in the development of a HNV farming area indicator, were proposed (see table 1).


Table 1. Preliminary HNV parameters.


Farming characteristics

Nature quality

Input use (fertiliser/pesticide/fodder import) Landscape diversity parameters
Management practices (crop rotation) Share of semi-natural habitats
Livestock density Presence of key species
Biomass production/ ha of Utilized Agricultural Area (UAA)

Data availability was not discussed in detail, given the general character of the preliminary parameters. Among other options, remote sensing techniques, as applied in Corine Land Cover, were considered helpful, but at present their resolution and discerning power are insufficient to delineate for example semi-natural grasslands. Sample based land use inventories, such as the LUCAS project, may provide useful additional data, but relevant agro-environmental aspects are still insufficiently covered in current surveys. For modelling and interpreting land use data as well as agricultural production trends, several tools are available (MARS, ELPEN, CAPRI).


The recommendations included further research into the link between farm management and farmland biodiversity and pilot studies to test different approaches for the development of a HNV farming area indicator. A second expert meeting on the basis of a further developed HNV concept was also recommended. A summary record of the results of the expert meeting is attached in annex VI.


2. Objective of the contract


The objective of the contract is to develop and test a HNV farming area indicator at EU level, on the basis of an in-depth analysis of presently available data. Secondly, the contractor should evaluate possibilities and availability of data for expanding the HNV farming area indicator, and related data sets, to all EEA member countries. The indicator to be developed should allow for a precise geographical definition of HNV farming areas and should be validated in three pilot regions. It needs to meet the general criteria as given in the Commission Communication on agri-environmental indicators (COM (2001) 144 final):


  • 1. policy-relevance - address key environmental issues;
  • 2. responsiveness – change sufficiently quickly in response to action;
  • 3. analytical soundness – be based on sound science;
  • 4. measurability – be feasible in terms of current or planned data availability;
  • 5. ease of interpretation – communicate essential information in a way that is unambiguous and easy to understand;
  • 6. cost effective – costs in proportion to the value of information derived.

In addition, the work under the contract should build on the outcome of the expert meeting taking into account the set of preliminary parameters. Close co-ordination of work under the contract with other work at the EEA, such as the expected project on biodiversity implementation indicators, and the European Topic Centres for Terrestrial Environment as well as Biological Diversity needs to be ensured at all times. Consultation and co-operation with other partners in the Memorandum of Understanding between DG Agri, DG Env, DG Eurostat, DG JRC and the EEA is also essential.


3. Tasks


The tasks to be performed are:

  • 1. Survey of datasets – Screening of available data (including those of administrative nature) at EU level, as well as in all EEA member countries, for their suitability as basis for the development of a HNV farming area indicator.
  • 2. Conceptual development of HNV farming area indicator – Selection of relevant parameters and elaboration of a quantitative aggregation protocol, that will enable a geographical definition of HNV farming areas in the EU. This task is expected to build on a simple classification of regional farming systems as outlined in section 1.2. Tasks 1 and 2 have to be performed in an iterative process.
  • 3. Elaboration of a map of HNV farming areas in the EU – on the basis of presently available data and work under tasks 1 and 2 a map of HNV farming areas at a scale of approximately 1 : 1,000,000 has to be elaborated.
  • 4. Analysis of possibilities for extending the HNV farming area indicator to all EEA member countries plus Switzerland- investigation of available data sets as well as possible (future) tools for developing a HNV farming area indicator at nearly pan-European level.
  • 5. Validation of results and approach through consultation with regional experts with relevant expertise in the fields of agriculture as well farming related landscapes and biodiversity – The indicator and resulting map as defined through tasks 1 to 4 need to be validated through a technical consultation of experts with relevant background knowledge in three pilot regions in Europe (representative for agricultural systems in Western Europe/Scandinavia; Central/Eastern Europe and Southern Europe, respectively.)
  • 6. Evaluation of project results and recommendations for future work – The implications of the project results for the further development of a HNV farming area indicator must be analysed. Minor adaptations need to be incorporated into the indicator directly. Major consequences that require a follow-up must be clearly signalled.

The project should rely on monitoring schemes and data sets that are available within the network of EEA and other relevant European institutions. EEA can, however, assist the contractor in acquiring access to data sets that are not easily available.


The indicated mapping scale of 1:1.000.000 should be considered as a general guidance. Data availability, technical constraints and conceptual questions may put limits to the resolution that cannot entirely be foreseen. Final decisions on resolution will have to be made in discussion with EEA staff and in accordance with the proposed indicator for HNV areas.


Completion of the work is estimated to require between 250 – 300 working days. Approximately 40 % of that amount is likely to be spent on tasks 1 and 2. However, these figures should be taken as guidance only.


4. Geographical coverage


The HNV farming area indicator must in principle be applicable in all EEA member countries: All EU Member States (EU15), plus Norway, Iceland, Liechtenstein, Bulgaria, Czech Republic, Slovak Republic, Estonia, Latvia, Lithuania, Poland, Hungary, Romania, Slovenia, Cyprus, Malta and Turkey. Options for extending the work to Switzerland should be investigated.


5. Time schedule and organisation of work


The work should be executed within a period of 11 months after signing of the contract.


The results of tasks 1 and 2 should be presented to the EEA Project Manager for approval before starting tasks 3 and 4.


There are no special requirements regarding the location of work. It is envisaged that three meetings with the EEA Project Manager will be necessary:

  • a) at project start-up;
  • b) for approval of results of tasks 1) and 2);
  • c) to discuss final draft.

Under the coordination of the EEA project manager, co-operation with the EEA Topic Centres on Terrestrial Environment as well as Biological Diversity should be sought.


6. Reports and documents to be submitted


The consultant should submit the following reports and documents in English:

  • An interim report on the results of tasks 1) and 2) including the proposed final selection of pilot areas, approximately five months into the project;
  • A map of HNV farming areas in the EU at the scale of approximately 1 : 1,000,000;
  • A final draft report four weeks before the end of the project;
  • All datasets related to the elaboration of the proposed HNV farming area indicator at pan-European level and to the map of HNV farming areas in the EU.
  • A final report at the end of the project.

The final report and the map of HNV farming areas in the EU must be suitable for publication as a technical report of the EEA.


7. Payment


  • 30 % within 60 days of signing of the contract;
  • 40 % within 60 days of acceptance of the interim report;
  • the balance within 60 days of acceptance of the final report.

8. Contract


In drawing up the bid, the tenderer should bear in mind the provisions of the standard contract attached to this invitation to tender (Annex I).


This contract can be extended according to the original conditions. Such an extension has to be applied for at least one month before expiry of the original contract.


9. Submission of tenders


  • a) The tender must include:
  • all the information and documents required by the authorising department for the appraisal of tender, on the basis of the award criteria in Section 12;
  • the filled-out identification sheet (Annex III to this technical specification)
  • the price in accordance with Section 10.
  • b) Postal address: the European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K, Denmark, for the attention of Mr Ybele Hoogeveen and marked “Reply to call for tender EEA/EAS/003/02”.
  • c) Languages in which they must be drawn up: 1 of 13 official languages of the European Environment Agency (the 11 official European Community languages plus Norwegian or Icelandic).
  • d) Deadline for submission: 52 calendar days from dispatch of this call for tender to the Official Journal of the European Communities.
  • e) Other requirements: Tenders must be submitted in three copies and placed inside two sealed envelopes. The inner envelope, addressed to the person indicated above, should be marked: “Invitation to tender EEA/EAS/003/02 Not to be opened by the internal mail department”. If self-adhesive envelopes are used, they must be sealed with tape and the sender must sign across the tape.

10. Prices

  • Prices must be fixed amounts in EURO. Apart from a total offer for the services, rates per day should be given.
  • Travel and subsistence expenses likely to be incurred in the course of execution of the contract are not covered by daily rates. Estimated travel and subsistence expenses must thus be indicated separately. (Travel and subsistence expenses will not be taken into account when deciding whom to award the contract to.)
  • Travel and subsistence expenses shall be reimbursed in accordance with the rules and conditions relating to the payment of missions expenses in force at the Agency.

The estimate of costs should be based on Annexes I/IV of these specifications and include any travel required to meet representatives of the Agency. In any event it should include the maximum amount of travel and subsistence expenses payable for the services provided. All travel costs and subsistence expenses (also those related to foreseen regional expert meetings) are to be included in the total project budget, but must be indicated separately. Travel costs in addition to those specified will not be reimbursed.


11.

Tenders from consortiums of firms or groups of service providers, contractors or suppliers must specify the role, qualifications and experience of each member or group. In addition,the consortium or group shall designate one of its members to contract (and be responsible) on its behalf.


12. Contract awarding criteria


Contract will be awarded to the tenderer whose offer is the most advantageous taking into account:

  • The consultants knowledge of the relationship between agricultural land use and biodiversity;
  • the consultants’ understanding of European farming systems as well as the impact of different farm management methods on the diversity of landscape structures and agricultural biodiversity;
  • the consultants’ knowledge of available agri-environmental data sources;
  • the consultants’ experience in analysing agri-environmental statistics and land use data, preferably at the European level;
  • a proven track record in timely delivery of high-quality work in similar areas;
  • price and quality.


ANNEXES


All annexes are PDF-files


Annex I: 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: VAT and excise duty exemption form

Annex VI: HNV expert meeting proceedings


Annex I-VI: All 6 annexes



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/ADM/02/002 - Framework contract for Insurances

Call For Tender Published 30 Aug 2002

Call for Tender EEA/ADM/02/002


Framework contract for Insurances


Open procedure


Awarding authority:

European Environment Agency
Kongens Nytorv 6
DK-1050 Copenhagen K
Denmark
Tel: (+45) 33 36 71 00
Fax: (+45) 33 36 71 99


Award procedure:

Open call for Tender (ref.: EEA/ADM/02/002)


Description of project:


Insurances


Contract type:


Services, framework contract


Division into lots:


Yes


Lot 1:

  • a) Damage and loss insurance for movable property and business interruption cover
  • b) Glass and sanity fittings insurance
  • c) Damage insurance for machinery/ computer equipment
  • d) Workmen compensation
  • e) Commercial liability

Lot 2:

  • a) Business travel insurance

Lot 3:

  • a) Collective accident insurance

Tenders may be submitted for all lots.


Time limit for starting to provide the service:


Starting 1.01.2003


Documents from:


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


Deadline for receipt of tenders:


52 days from dispatch of notice (21/08/02)


14 October 2002 – 16.00



Languages:


Spanish, Danish, German, Greek, English, French, Italian, Dutch, Portuguese, Finnish, Swedish.


Opening of tenders (persons admitted):


European Environment Agency’s representatives, the financial controller and one representative of each tenderer.

Please inform the Agency in writing (by a separate letter or fax) of your wish to attend the opening.


Financing and payment:


Please see tender documents


Qualifications:


Legal status:

  • Identification sheet
  • Copy of trade register (if applicable)
  • Copy of VAT registration (if applicable)

Financial capacity:


Exclusion cases: Companies being bankrupt or wound up, have ceased or suspended business activities, have suspended payments, have entered into an agreement with creditors or undertaken similar measures, or be subject to any procedure of this kind.


Technical capacity:

  • presentation and description of the firm’s activities

Tenders may lapse after:


6 months from the closing date of this call for tender


Award criteria:


The most economically advantageous tender as stated below:

  • Price
  • Customer service
  • Payment conditions
  • For lot 2 and 3 only: ratio coverage - premium

Variants:


Yes


Other information:


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


Download documents


Annex I: Procedure for submitting a Call for Tender [PDF 14 Kb]

Annex II: Technical specifications [PDF 30 Kb]

Annex III: Identification sheet [PDF 6 Kb]

Annex IV: Draft framework contract [PDF 26 Kb]

Annex V: General terms and conditions applicable to contracts [PDF 28 Kb]


Annex I-V: All 5 annexes [PDF 276 Kb]



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/ITS/02/005 - Editing, copyediting, proofreading and indexing services for the European Environment Agency

Call For Tender Published 02 Aug 2002

Editing, copyediting, proofreading and indexing services for the European Environment Agency


Open Procedure: Call for tender No. EEA/ITS/02/005


1. Awarding authority and place of delivery


The European Environment Agency
Kongens Nytorv 6
DK-1050 Copenhagen K
Telephone +45-33 36 71 00
Telefax +45-33 36 71 97.


2. Award procedure: Open call for tender No. EEA/ITS/02/005


3. Purpose


To provide the European Environment Agency with services in the English language in the following areas of expertise:

  • editing
  • copyediting and proofreading
  • indexing.

4. Contract details


The selected companies will be awarded a framework contract for three years with two possible extensions of one year each, and on the condition that the selection criteria (below) are continuously met. Tenders must cover all of the areas of expertise listed.


Under the framework contracts, companies will be engaged through specific agreements for each concrete project.


5. Request for specifications


  • a) Detailed specifications of the work to be undertaken are annexed here (see below) or are available by e-mail from linda.jandrup@eea.eu.int. Written requests can also be sent by fax +45-33367197, or mail, to Linda Jandrup, European Environment Agency, Kongens Nytorv 6, DK-1050 Copenhagen K.
  • b) The specifications are dispatched free of charge.

6. Submission of tenders


  • a) Languages in which the tenders must be drawn up: one of the official languages of the European Environment Agency (the official languages of the EU plus Bulgarian, Czech, Estonian, Hungarian, Icelandic, Latvian, Lithuanian, Norwegian, Polish, Rumanian, Slovak, Slovenian and Turkish).
  • b) Deadline: Offers must be received 52 calendar days or on the first working day thereafter, following dispatch of this call for tender to the Official Journal of European Communities.

Tenderers will be required to comply fully with the invitation to tender.


7. Opening of tenders


Officials from the Agency and EEA’s Financial Controller are authorised to be present at the opening.


8. Prices and terms


Submission of a tender implies acceptance of the terms specified in the Agency’s “General terms and conditions applicable to contracts” in all matters not governed by this invitation to tender and waiver your company’s own terms of business.


Prices must be in euro and VAT must be specified where applicable.


9. Selection criteria


  • financial and economic standing of potential contractor;
  • technical and professional competence. Indicators for this will vary in detail between the different areas of expertise, but will include relevant training, and/or membership in professional bodies and a track record of relevant experience;
  • clarity of documentation and presentation;
  • a CV for every member of staff proposed for the service delivery giving relevant experience and qualifications;
  • details about the most relevant experience in relation to the service(s).

10. Awarding criteria


10.1 Area of expertise 1: Editing


  • cost per day for carrying out substantial editing.
  • time that would be required for substantial editing of the provided sample text – annex IIa of tender documents.
  • proven experience in editing texts with similar content and for similar target groups as the reports of the Agency (ref: http://reports.eea.eu.int).

10.2 Area of expertise 2: Copyediting and proofreading


  • cost per day for carrying out copyediting and proofreading.
  • time that would be required for copyediting and proofreading of the provided sample text – annex IIa of tender documents.
  • proven experience in copyediting texts with similar content and for similar target groups as in the reports of the Agency (ref: http://reports.eea.eu.int).

10.3 Area of expertise 3: Indexing


  • cost per day for indexing work
  • time needed for creating an index with 25 entries from the provided sample text – annex IIb of tender documents.
  • proven experience in indexing reports with similar content as the reports of the Agency (ref: http://reports.eea.eu.int)

For each area of expertise the tenders will be scored against the third category of each award criteria (1=best, 5=worst) and companies will be ranked for each, based on the ratio of cost for the work on the sample text to scores. The three companies getting the lowest overall ranking will be awarded a framework contract.


11. Date of dispatch of the notice: 23 July 2002


12. Date of receipt by the Office of Official Publications of the European Communities: 23 July 2002


Downloads

All annexes are PDF-files.


Annex I Procedure for submitting an offer
Annex II, Annex IIa, and Annex IIb Technical specifications + specimen quotations
Annex III Identification sheet
Annex IV Draft framework contract
Annex V Draft specific agreement
Annex VI General terms and conditions
Annex VII Reimbursement of travel expenses


Annexes I-VII All 9 annexes



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