loading
  • DK-1050 Copenhagen
  • 24.09.2018
  • Ausschreibung
  • (ID 2-309004)

Copernicus Land monitoring services — High Resolution Land Cover Characteristics for the 2018 reference year


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.09.2018, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Umweltverträglichkeitsstudie / Vermessung
    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
    This call for tenders aims at the establishment of service contract(s) with (an) economic operator(s) covering the update and production of 4 existing High Resolution layers (HRLs), with some changes (new or modified change products mainly), for the 2018 reference year, and change products for the 2015-2018 period.
    This call for tenders is divided into 4 lots:
    — Lot 1: Imperviousness 2018, imperviousness change 2015-2018 and built-up 2018,
    — Lot 2: Forest products: Tree cover density and Dominant leaf type and change products, as well as Forest type products,
    — Lot 3: Grassland and Grassland change,
    — Lot 4: Water and wetness.
    Leistungsumfang
    This lot covers the production of a “rolling-archive” type update of the 2015 water and wetness baseline product. The type of update is different as compared to the other lots, since the WAW product is fundamentally mapping the frequency of occurrence of wet and water conditions over a long time period of 7 years (with 4 seasonal observations per year). In line with the other lots the 2018 reference year update of the water and wetness product moves to a 10 m x 10 m spatial resolution for the WAW product.
    Adresse des Bauherren DK-1050 Copenhagen
    TED Dokumenten-Nr. 307138-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Denmark-Copenhagen: Copernicus Land monitoring services — High Resolution Land Cover Characteristics for the 2018 reference year

      2018/S 135-307138

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      European Environment Agency
      Kongens Nytorv 6
      Copenhagen
      1050
      Denmark
      Contact person: Karoline Rygaard
      Telephone: +45 33367220
      E-mail: MTlnaWZabGlcZFxlazdcXFglXGxpZmdYJVxs
      Fax: +45 33367199
      NUTS code: DK011

      Internet address(es):

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

      I.2)Information about joint procurement
      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=3865
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3865
      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:

       

      Copernicus Land monitoring services — High Resolution Land Cover Characteristics for the 2018 reference year

       

      Reference number: EEA/IDM/R0/18/009
      II.1.2)Main CPV code
      72300000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This call for tenders aims at the establishment of service contract(s) with (an) economic operator(s) covering the update and production of 4 existing High Resolution layers (HRLs), with some changes (new or modified change products mainly), for the 2018 reference year, and change products for the 2015-2018 period.

      This call for tenders is divided into 4 lots:

      — Lot 1: Imperviousness 2018, imperviousness change 2015-2018 and built-up 2018,

      — Lot 2: Forest products: Tree cover density and Dominant leaf type and change products, as well as Forest type products,

      — Lot 3: Grassland and Grassland change,

      — Lot 4: Water and wetness.

       

      II.1.5)Estimated total value
      Value excluding VAT: 5 650 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 4
      II.2)Description
      II.2.1)Title:

       

      Imperviousness 2018, Imperviousness Change 2015-2018 and built-up 2018

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      90700000
      II.2.3)Place of performance
      NUTS code: DK011
      Main site or place of performance:

       

      All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

       

      II.2.4)Description of the procurement:

       

      This lot covers the production of 3 main products:

      1) The continuation of the existing imperviousness status products for the 2018 reference year, but with an increase in spatial resolution from 20 m to (now) 10 m;

      2) A continuation of the existing imperviousness change products for 2015-2018 (at 20m); and

      3) A built-up component status layer for 2018 at a spatial resolution of 10 m.

      The imperviousness HRL has the longest existing time series for all HRL’s, going back to a 2006, 2009, 2012 and 2015 product, and associated change products. The production method and workflow is relatively stable by now, but two significant changes as compared to the previous products are being introduced:

      1) The Imperviousness status layer for 2018 will improve the spatial resolution from 20 m x 20 m pixel size to 10 m x 10 m pixel size, in line with the technological developments and improvements;

      2) To provide additional value, a harmonized built-up product, that was developed by the European Commission’s Joint research centre (JRC) as part of the European settlement map (ESM), will be included, which will be based on Sentinel-2 imagery and be available fully harmonized with the imperviousness component, in the same 10 m x 10 m spatial resolution.

       

      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: 1 750 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: no
      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: yes
      Identification of the project:

       

      Copernicus - Regulation (EU) No 377/2014 of the European Parliament and of the Council of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

       

      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Forest products: Tree Cover Density and Dominant Leaf Type and change products, as well as Forest Type products

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90700000
      II.2.3)Place of performance
      NUTS code: DK011
      Main site or place of performance:

       

      All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

       

      II.2.4)Description of the procurement:

       

      This lot covers the second update of the Forest HRL, and follows largely the established production workflow and method to derive a main TCD (Tree cover density) and DLT (Dominant leaf type) product for the 2018 reference year. Derived “Forest” products are also included similar to the previous products. The main changes as compared to the previous Forest HRL’s are:

      1) A increase in the spatial resolution to 10 m x 10 m for the status layers, in line with the other HRL’s; and

      2) A simplification of the change products, based on lessons learned from the first (2012-2015) forest change products.

      To allow for change products for the full available time series, these simplifications are implemented both for 2012-2015 (based on the existing 2012-2015 change products), and for 2015-2018.

       

      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: 1 600 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: no
      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: yes
      Identification of the project:

       

      Copernicus — Regulation (EU) No 377/2014 of the European Parliament and of theCouncil of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

       

      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Grassland and Grassland change

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      90700000
      II.2.3)Place of performance
      NUTS code: DK011
      Main site or place of performance:

       

      All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

       

      II.2.4)Description of the procurement:

       

      This lot covers the production of an update of the 2015 grassland products, and a first change product for grasslands. The spatial resolution for status layers will increase to 10 m x 10 m in line with the other lots.

       

      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: 1 600 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in days: 24
      This contract is subject to renewal: no
      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: yes
      Identification of the project:

       

      Copernicus — Regulation (EU) No 377/2014 of the European Parliament and of theCouncil of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

       

      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Water & Wetness

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      90700000
      II.2.3)Place of performance
      NUTS code: DK011
      Main site or place of performance:

       

      All services shall mainly be performed at the future contractor’s own premises, with occasional meetings at the EEA’s premises in Copenhagen or at other locations for Copernicus ad-hoc meetings.

       

      II.2.4)Description of the procurement:

       

      This lot covers the production of a “rolling-archive” type update of the 2015 water and wetness baseline product. The type of update is different as compared to the other lots, since the WAW product is fundamentally mapping the frequency of occurrence of wet and water conditions over a long time period of 7 years (with 4 seasonal observations per year). In line with the other lots the 2018 reference year update of the water and wetness product moves to a 10 m x 10 m spatial resolution for the WAW product.

       

      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: 700 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: no
      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: yes
      Identification of the project:

       

      Copernicus — Regulation (EU) No 377/2014 of the European Parliament and of theCouncil of 3.4.2014 (OJ L 122, 24.4.2014, p. 44).

       

      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 2.2.1 and 2.2.2.1 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
      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: 24/09/2018
      Local time: 14:00
      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: 26/09/2018
      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 24.9.2018 by e-mail to MTdpa2hcbmteZl5nbTleXlonXm5raGlaJ15u

       

      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:

       

      During the 3 years following the entry into force of the original contract(s) the EEA reserves the right to exercise the option of conducting a negotiated procedure without prior publication of a contract notice for new services with the future contractor(s) of the lots in accordance with paragraphs (1)(e) and (4) of Article 134 of the Rules of Application of the Financial Regulation.

       

      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: MTdgXmdea1plXGhua20na15gYmxta3I5XG5rYlonXm5raGlaJ15u
      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: MTRhazxraV5xYG9pXWoqYXFua2xdKmFx
      Fax: +33 388179062

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

      VI.4.3)Review procedure
      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:
      05/07/2018
    © 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 17.07.2018
Zuletzt aktualisiert 17.07.2018
Wettbewerbs-ID 2-309004 Status Kostenpflichtig
Seitenaufrufe 31