loading
  • DK-1050 Copenhagen K
  • 08.09.2017
  • Ausschreibung
  • (ID 2-272263)

Framework service contract for providing services in the area of natural capital and ecosystem assessment to the EEA and EC DG Environment.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 08.09.2017, 16:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Vermessung / Umweltverträglichkeitsstudie / sonstige / allgemeine Beratungsleistungen / Studien, Gutachten
    Sprachen Bulgarisch, Tschechisch, Dänisch, Deutsch, Griechisch, Englisch, Spanisch, Estnisch, Finnisch, Französisch, Irisch, Kroatisch, Ungarisch, Italienisch, Litauisch, Lettisch, Maltesisch, Niederländisch, Polnisch, Portugiesisch, Rumänisch, Slowakisch, Slowenisch, Schwedisch
    Aufgabe
    The purpose of this call for tenders is to establish a single framework service contract for each of the 4 lots in this call with (an) economic operator(s) who can support the contracting authorities in expanding and structuring the knowledge base on natural capital and ecosystem services. This includes ecosystem mapping and assessment, natural capital accounting, ecosystem-based management and relevant concepts on planetary boundaries. The aim is to develop the understanding of our natural capital as an integrated part of Europe's sustainable development, socio-economic prosperity, and the well-being of its citizens. Work under this framework contract will help implement the Biodiversity strategy 2020 as well as respond to the action plan for nature, people and the economy.
    Leistungsumfang
    This lot focuses on activities to better understand environmental limits. The activities are divided into 2 main focus areas: 1) operationalising the planetary boundaries resilience and biosphere integrity concepts in future EU environment policies, and 2) understanding environmental limits in ecosystems. Potential assessments for the former could include further defining the safe operating space for the EU for specific planetary boundaries; analysing potential consequences for Europe based on the degree of exceeding planetary boundaries and certain levels of resilience; help developing concepts for linking/integrating the planetary boundary concepts, resilience and the global perspective into EU policy in particular planning for the next environment action programme. Potential assessments for understanding environmental limits in ecosystems could include documentation of case studies on regime shifts in ecosystems in Europe; investigation of possible indicators to aid analysis; assessing pressures and their interaction that can result in regime shifts, e.g. critical loads of N and degrees of their reversibility.
    Adresse des Bauherren DK-1050 Copenhagen K
    TED Dokumenten-Nr. 278230-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Denmark-Copenhagen: Framework service contract for providing services in the area of natural capital and ecosystem assessment to the EEA and EC DG Environment

      2017/S 136-278230

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      European Environment Agency
      Kongens Nytorv 6
      Copenhagen K
      1050
      Denmark
      Contact person: Eleni Barla
      Telephone: +45 33435930
      E-mail: 
      MjIwXF5bT2FeUVlRWmAsUVFNGlFhXltcTRpRYQ==
      Fax: +45 33367199
      NUTS code: DK011

      Internet address(es):

      Main address: http://www.eea.europa.eu

      I.1)Name and addresses
      European Commission, Directorate-General for Environment
      Brussels
      1049
      Belgium
      Contact person: MTc6ZV5xWmdda1onT1pka2huOV5cJ15ua2hpWidebg==
      E-mail: 
      MjE5MjtDGkEyOzEyP0AtUlAbUmJfXF1OG1Ji
      NUTS code: BE1

      Internet address(es):

      Main address: http://ec.europa.eu/environment/index_en.htm

      I.2)Joint procurement
      The contract involves joint procurement
      In the case of joint procurement involving different countries, state applicable national procurement law:

       

      National substantive law of Denmark.

       

      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2697
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      European institution/agency or international organisation
      I.5)Main activity
      Environment

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Framework service contract for providing services in the area of natural capital and ecosystem assessment to the EEA and EC DG Environment.

       

      Reference number: EEA/NSS/17/002.
      II.1.2)Main CPV code
      90700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The purpose of this call for tenders is to establish a single framework service contract for each of the 4 lots in this call with (an) economic operator(s) who can support the contracting authorities in expanding and structuring the knowledge base on natural capital and ecosystem services. This includes ecosystem mapping and assessment, natural capital accounting, ecosystem-based management and relevant concepts on planetary boundaries. The aim is to develop the understanding of our natural capital as an integrated part of Europe's sustainable development, socio-economic prosperity, and the well-being of its citizens. Work under this framework contract will help implement the Biodiversity strategy 2020 as well as respond to the action plan for nature, people and the economy.

       

      II.1.5)Estimated total value
      Value excluding VAT: 3 000 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Spatial analysis and mapping, informing ecosystem-based management

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71354100
      II.2.3)Place of performance
      NUTS code: DK011
      NUTS code: BE1
      Main site or place of performance:

       

      The services shall be performed at the contractor's premises or at the premises of either of the contracting authorities depending on the requirements of each specific contract.

       

      II.2.4)Description of the procurement:

       

      This lot has the particular purpose to provide the information base and a shared pool of ecosystem-related reference data for spatial analysis at ecosystem scale. Work under this lot should support the mapping and assessment of ecosystems and their services initiative (MAES) on ecosystem mapping, assessment of ecosystem condition and the links to ecosystem services. The scope of the work covers terrestrial, freshwater and marine ecosystems and is based on the MAES methodological framework (e.g. ecosystem typology, ecosystem services categories, tools, glossary). The assessment of the state of ecosystems is based primarily on information from the implementation and reporting under the environment legislation (i.e. Nature Directives, the Water Framework Directive (WFD), and the Marine Strategy Framework Directive (MSFD)). The assessment of relevant, multiple pressures includes land-based sources of pollution (e.g. National Emission Ceilings (NEC) Directive, Nitrate Directive), effects of land use on fragmentation, climate change impacts and structural (including hydro-morphological) changes.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 200 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The successful tenderer(s) will be awarded a framework service contract (maximum 1 framework contract per lot) for an initial period of 24 months, starting from the date of signature, with the possibility of maximum 1 renewal for a period of 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Support to implementation of natural capital accounting

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90712400
      II.2.3)Place of performance
      NUTS code: DK011
      NUTS code: BE1
      Main site or place of performance:

       

      The services shall be performed at the contractor's premises or at the premises of either of the contracting authorities depending on the requirements of each specific contract.

       

      II.2.4)Description of the procurement:

       

      Work under this lot shall support the development and implementation of European level accounts on ecosystem extent and condition (as part of integrated system for natural capital and ecosystem services accounting, knowledge innovation projects KIP INCA), and the testing of them in specific EU policy contexts. This lot also serves to establish a joint capacity for developing the KIP INCA data architecture and shared ecosystem accounting reference data sets for use by all KIP INCA partners. The shared data architecture approach has relevance beyond natural capital accounting and discussions on knowledge management at EU level will provide important context that needs to be taken into account. The EEA integrated data platform will provide the technical foundation for establishing the KIP INCA data architecture. Work under this contract shall facilitate EEA input to the development and implementation of European ecosystem service accounts as well as the overall EEA input to the KIP INCA process at the EU level. Work will require substantial on-the-spot support at the premises of the EEA as well as of other KIP INCA partners (e.g. DG Environment, Eurostat and the JRC).

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 200 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The successful tenderer(s) will be awarded a framework service contract (maximum 1 framework contract per lot) for an initial period of 24 months, starting from the date of signature, with the possibility of maximum 1 renewal for a period of 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Ecosystem-based initiatives

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      90712400
      90713000
      II.2.3)Place of performance
      NUTS code: DK011
      NUTS code: BE1
      Main site or place of performance:

       

      The services shall be performed at the contractor's premises or at the premises of either of the contracting authorities depending on the requirements of each specific contract.

       

      II.2.4)Description of the procurement:

       

      There is an increasing appreciation among policymakers that environmental and socio-economic challenges need to be tackled in an integrated manner. To this end, various overarching European policy objectives already encourage decision makers to think outside the local, regional or even national box and across different policy areas and sectors in order to find the optimal path for future implementing solutions delivering multiple benefits for both society and nature. Possible solutions relate mostly to management practices but also approaches that again depend on spatial/regional planning decisions. As outlined in a series of EEA reports, ecosystem-based initiatives, including green infrastructure, are based on natural processes that deliver multiple benefits to society, and provide nature-based solutions. Tasks under this lot include for instance contribution to the analysis of strategic planning for GI at landscape and urban levels, taking into consideration the multi-functionality of GI in benefiting both people and nature in an environmental, social and economic context; contribution to the analysis of the impact of GI and its underlying natural processes as an essential component of good planning for urban and rural areas, particularly in the face of climate change; contribution to the analysis of the range of benefits GI can deliver and how it can be promoted and delivered through existing policies/strategies and processes for a better management of land; contribute to the analysis of the methodology of how to account for ecosystem services and other co-benefits over the lifetime of GI measures to ensure standardisation across Europe and comparability of monetary figures for investment decisions.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 400 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The successful tenderer(s) will be awarded a framework service contract (maximum 1 framework contract per lot) for an initial period of 24 months, starting from the date of signature, with the possibility of maximum 1 renewal for a period of 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Planetary boundaries

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      90713000
      90714100
      90712400
      II.2.3)Place of performance
      NUTS code: DK011
      NUTS code: BE1
      Main site or place of performance:

       

      The services shall be performed at the contractor's premises or at the premises of either of the contracting authorities depending on the requirements of each specific contract.

       

      II.2.4)Description of the procurement:

       

      This lot focuses on activities to better understand environmental limits. The activities are divided into 2 main focus areas: 1) operationalising the planetary boundaries resilience and biosphere integrity concepts in future EU environment policies, and 2) understanding environmental limits in ecosystems. Potential assessments for the former could include further defining the safe operating space for the EU for specific planetary boundaries; analysing potential consequences for Europe based on the degree of exceeding planetary boundaries and certain levels of resilience; help developing concepts for linking/integrating the planetary boundary concepts, resilience and the global perspective into EU policy in particular planning for the next environment action programme. Potential assessments for understanding environmental limits in ecosystems could include documentation of case studies on regime shifts in ecosystems in Europe; investigation of possible indicators to aid analysis; assessing pressures and their interaction that can result in regime shifts, e.g. critical loads of N and degrees of their reversibility.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 200 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The successful tenderer(s) will be awarded a framework service contract (maximum 1 framework contract per lot) for an initial period of 24 months, starting from the date of signature, with the possibility of maximum 1 renewal for a period of 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      As specified in Sections 11.1 and 11.2.1 of the tender specifications.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 08/09/2017
      Local time: 16:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 15/09/2017
      Local time: 10:00
      Place:

       

      EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, DENMARK.

       

      Information about authorised persons and opening procedure:

       

      Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform EEA's procurement services in advance and at the latest by 14.9.2017 by e-mail at MTFvcW5idHFkbGRtcz9kZGAtZHRxbm9gLWR0

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Tenderers can download the procurement documents and any additional information from the e-tendering website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2697

      This website will be updated regularly and it is the tenderer's responsibility to check for updates and modifications during the tendering period.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      General Court
      rue du Fort Niedergrünewald
      Luxembourg
      2925
      Luxembourg
      Telephone: +352 4303-1
      E-mail: 
      MTFmZG1kcWBrYm50cXMtcWRmaHJzcXg/YnRxaGAtZHRxbm9gLWR0
      Fax: +352 4303-2100

      Internet address:http://curia.europa.eu

      VI.4.2)Body responsible for mediation procedures
      European Ombudsman
      1 avenue du Président Robert Schuman
      Strasbourg
      67001
      France
      Telephone: +33 388172313
      E-mail: 
      MTFkbj9ubGF0Y3JsYG0tZHRxbm9gLWR0
      Fax: +33 388179062

      Internet address:http://www.ombudsman.europa.eu

      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Within 2 months of the notification to the plaintiff (date of receipt), or, in the absence thereof, of the day on which the person concerned had knowledge of the relevant information, an appeal may be lodged with the General Court. A complaint to the European Ombudsman has no impact on the above deadline for lodging an appeal.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      General Court
      rue du Fort Niedergrünewald
      Luxembourg
      2925
      Luxembourg
      Telephone: +352 4303-1
      E-mail: 
      MTFmZG1kcWBrYm50cXMtcWRmaHJzcXg/YnRxaGAtZHRxbm9gLWR0
      Fax: +352 4303-2100

      Internet address:http://curia.europa.eu

      VI.5)Date of dispatch of this notice:
      07/07/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 19.07.2017
Zuletzt aktualisiert 19.07.2017
Wettbewerbs-ID 2-272263 Status Kostenpflichtig
Seitenaufrufe 53