Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Copernicus CAMS2_40 Regional Air Quality Products

  • First published: 26 May 2021
  • Last modified: 26 May 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
European Centre for Medium-Range Weather Forecasts (ECMWF)
Authority ID:
AA21663
Publication date:
26 May 2021
Deadline date:
22 July 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This ITT, entitled ‘Regional air quality products’ is for the operational delivery of the European-scale air quality component of CAMS. It consists of a set of services, which are further detailed in the technical specification in ITT documents. The production must be based upon a geographically distributed ensemble of more than ten individual models and a central processing function to deliver three numerical data streams:

• on a daily basis, analyses for the previous day and forecasts for key air pollutants up to +96h with a temporal resolution of one hour;

• with a delay of a few weeks (in order to maximise the number of observations), interim reanalyses shall be produced daily with systems frozen in their configuration of January 1st every year;

• with a delay of up to two years (due to the delay in getting fully validated data), reanalyses shall be produced with frozen systems, which are only updated every few years.

All the individual Regional Systems must be mature, well-validated and operated by their main developers. This aspect is essential so that the operators can directly maintain a continuous workflow of changes to the numerical systems, in order to include new research developments, to make corrections reflecting findings from verification and validation activities, as well as to implement changes to better meet user requirements. Acquisition of data, production of analyses, reanalyses and forecasts, data dissemination services and support to the users form the bulk of the operational delivery and development activities that are procured within this ITT.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

European Centre for Medium-Range Weather Forecasts (ECMWF)

Shinfield Park

Reading

RG2 9AX

UK

E-mail: procurement@lists.ecmwf.int

NUTS: UKJ11

Internet address(es)

Main address: https://www.ecmwf.int/

Address of the buyer profile: http://procurement.ecmwf.int/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://procurement.ecmwf.int/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://procurement.ecmwf.int/


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

http://procurement.ecmwf.int/


I.4) Type of the contracting authority

European institution/agency or international organisation

I.5) Main activity

Other: Meteorological Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Copernicus CAMS2_40 Regional Air Quality Products

Reference number: CAMS2_40

II.1.2) Main CPV code

73000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This ITT, entitled ‘Regional air quality products’ is for the operational delivery of the European-scale air quality component of CAMS.

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  EUR

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

On Contractor's premises.

II.2.4) Description of the procurement

This ITT, entitled ‘Regional air quality products’ is for the operational delivery of the European-scale air quality component of CAMS. It consists of a set of services, which are further detailed in the technical specification in ITT documents. The production must be based upon a geographically distributed ensemble of more than ten individual models and a central processing function to deliver three numerical data streams:

• on a daily basis, analyses for the previous day and forecasts for key air pollutants up to +96h with a temporal resolution of one hour;

• with a delay of a few weeks (in order to maximise the number of observations), interim reanalyses shall be produced daily with systems frozen in their configuration of January 1st every year;

• with a delay of up to two years (due to the delay in getting fully validated data), reanalyses shall be produced with frozen systems, which are only updated every few years.

All the individual Regional Systems must be mature, well-validated and operated by their main developers. This aspect is essential so that the operators can directly maintain a continuous workflow of changes to the numerical systems, in order to include new research developments, to make corrections reflecting findings from verification and validation activities, as well as to implement changes to better meet user requirements. Acquisition of data, production of analyses, reanalyses and forecasts, data dissemination services and support to the users form the bulk of the operational delivery and development activities that are procured within this ITT.

II.2.5) Award criteria

Criteria below:

Quality criterion: Legal and financial / Weighting: 5

Quality criterion: Track record / Weighting: 15

Quality criterion: Quality of resources to be deployed / Weighting: 15

Quality criterion: Technical solution proposed / Weighting: 30

Quality criterion: Management and Implementation / Weighting: 20

Price / Weighting:  15

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  EUR

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 42

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Tenderers should note that the value specified under sections II.1.5) and II.2.6) is the indicative maximum budget for the whole framework contract and Price is one of the evaluation criteria.

Please also note the important additional information in Section VI.3 regarding funding and eligibility.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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 with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/07/2021

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 22/07/2021

Local time: 15:00

Place:

Reading, UK

Information about authorised persons and opening procedure:

Not applicable

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Procedure to be applied:

The procurement for the contract will be conducted in accordance with ECMWF's procedures as set out in Invitation to Tender documents, which will be available on ECMWF's eProcurement Portal (http://procurement.ecmwf.int/) and no other procedures will apply. In submitting this notice ECMWF does not waive the privileges and immunities granted to it by virtue of its status as an intergovernmental organisation or submit itself to any jurisdiction. Tenders must be submitted using ECMWF's eProcurement Portal. Hard copy (paper) submissions will not be accepted.

Due to the need to include performance and compliance obligations in the contract, ECMWF will contract only with a single legal person or entity which is competent to undertake and commit to these obligations. ECMWF recognises that some bids will involve a number of organisations which may wish to work together to deliver the contract requirements. In such cases, these organisations must identify a lead contractor who will sign the contract with ECMWF and who will be responsible for putting in place legal arrangements to ensure that it can guarantee that all other organisations will also meet the contract obligations. ECMWF will not enter into multiple contracts with individual members of consortia or groups of service providers.

Availability of funds:

The basis for ECMWF’s ability to implement the Copernicus Atmosphere Monitoring and Climate Change Monitoring Services on behalf of the European Commission is the conclusion of a ‘Contribution Agreement’ between the European Union and ECMWF. The negotiations are currently ongoing. They can only be concluded following the EU Space Regulation is enacted by the European Union. Suppliers should note that the award of a contract as a result of this procurement procedure will therefore be conditional on the availability of funds following the signature and subsequent formal approval of the ‘Contribution Agreement’ by the ECMWF Council. This approval is currently expected for Q2 2021.

General eligibility:

According to the prospective contribution agreement between the European Union and ECMWF, participation in calls for tenders shall preferably be open to entities established in Member States of the European Union and to entities established in Copernicus participating states in accordance with the conditions laid down in the EU’s Space Programme Regulation. The Regulation can be found at

https://eur-lex.europa.eu/legal-content/EN/TXT/?uri=uriserv%3AOJ.L_.2021.170.01.0069.01.ENG&toc=OJ%3AL%3A2021%3A170%3AFULL

It is currently ECMWF’s expectation that, in practice, entities established in other States may therefore be eligible exceptionally and subject to specific scientific or other requirements as well as express prior approval by an EU Procurement Board. This applies to both prime and sub-contractors. Accordingly, ECMWF is required to reserve the right to exclude ineligible persons or entities from tenders at any point in time. All tenderers as well as their sub-contractors must meet all eligibility criteria throughout the whole duration of the procurement exercise as well as their prospective contracts.

Eligibility of United Kingdom (UK) entities:

The above applies also to entities based in the UK. At present, the UK is neither an EU Member State nor participating in the EU Space Programme. However, the UK and the European Union agreed — in principle — that the UK may continue participating in, among others, the Copernicus component of the EU Space Programme as a third country for the period of 2021-2027. Detailed conditions for such a participation will require further negotiations between the UK and the European Union. Further information may be found in the following link of the UK Government, for the accuracy of which ECMWF will not assume any liability: https://www.gov.uk/guidance/uk-involvement-in-the-eu-space-programme

ECMWF will publish relevant updates in this regard once they are available.

VI.4) Procedures for review

VI.4.1) Review body

European Centre for Medium-Range Weather Forecasts

Shinfield Park

Reading

RG2 9AX

UK

Internet address(es)

URL: https://www.ecmwf.int/en/about/suppliers

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

See instructions on ECMWF's Supplier web page: https://www.ecmwf.int/en/about/suppliers

VI.4.4) Service from which information about the review procedure may be obtained

European Centre for Medium-Range Weather Forecasts

Shinfield Park

Reading

RG2 9AX

UK

Internet address(es)

URL: https://www.ecmwf.int/en/about/suppliers

VI.5) Date of dispatch of this notice

21/05/2021

Coding

Commodity categories

ID Title Parent category
73000000 Research and development services and related consultancy services Research and Development

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@lists.ecmwf.int
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.