PreCommercial Procurement for the Customisation/Preoperationalisation of Water management Innovations from Space for European Climate Resilience

This PCP (Pre-Commercial Procurement) is a cross-border joint procurement of R&D services to reinforce public demand-driven innovation in end-user services in the area of Climate Change Adaptation through data-driven water management. The to-be-developed solutions are expected to achieve TRL 7-8. The PCP should deliver successful, innovative and fully tested product(s) …

CPV: 73000000 Forschungs- und Entwicklungsdienste und zugehörige Beratung, 38221000 Geografische Informationssysteme (GIS oder gleichwertiges System), 71000000 Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen, 38290000 Vermessungstechnische, hydrografische, ozeanografische und hydrologische Instrumente und Geräte, 71351612 Hydrometeorologische Dienste, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 79430000 Krisenmanagement
Frist:
7. Januar 2026 17:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
PreCommercial Procurement for the Customisation/Preoperationalisation of Water management Innovations from Space for European Climate Resilience
Vergabestelle:
Het Waterschapshuis (hWh)
Vergabenummer:

1. Buyer

1.1 Buyer

Official name : Het Waterschapshuis (hWh)
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : STICHTING TOEGEPAST ONDERZOEK WATERBEHEER (STOWA)
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : FORUM VIRIUM HELSINKI OY (FVHelsinki)
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : MINISTERSTVO VNUTRA SLOVENSKEJ REPUBLIKY (Ministry of Interior Slovakia - Mol)
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : GEMEENTE HAARLEM (CITY OF HAARLEM)
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : GEMEENTE ROTTERDAM (City of Rotterdam)
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : REGION OF CENTRAL MACEDONIA (RCM)
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : BUNDESANSTALT TECHNISCHES HILFSWERK (THW)
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Social protection

1.1 Buyer

Official name : FORENINGEN KLIMATORIUM (KLIMATORIUM)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Environmental protection

1.1 Buyer

Official name : BENEGO – GRENSPARK KALMTHOUTSE HEIDE
Legal type of the buyer : International organisation
Activity of the contracting authority : General public services

1.1 Buyer

Official name : INSTITUT CARTOGRAFIC I GEOLOGIC DE CATALUNYA (ICGC)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Environmental protection

1.1 Buyer

Official name : SLOVENSKA AGENTURA ZIVOTNEHO PROSTREDIA (SLOVAK ENVIRONMENTAL AGENCY) (SEA)
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : PreCommercial Procurement for the Customisation/Preoperationalisation of Water management Innovations from Space for European Climate Resilience
Description : This PCP (Pre-Commercial Procurement) is a cross-border joint procurement of R&D services to reinforce public demand-driven innovation in end-user services in the area of Climate Change Adaptation through data-driven water management. The to-be-developed solutions are expected to achieve TRL 7-8. The PCP should deliver successful, innovative and fully tested product(s) and/or service(s) that meet the common needs of the Public Buyer Group (PBG) to procure research services, develop innovative marketable solutions, speed up the time-to-market and provide best value for money. More concretely, the common needs of the public buyer group are as follows. PCP WISE aims to develop smart, sustainable solutions to improve water management and climate resiliency by monitoring the ‘Soil-Water-Vegetation (SWV) System’. Market entities are challenged to design and develop a solution that achieves this by using and combining earth observation data and environmental data on the SWV-system. This to-be-developed integrated water intelligence information product/service aims to help decision-makers manage major challenges resulting from climate change, such as floods, droughts, wildfires, heat stress and infrastructure risks in both urban and rural areas. The PCP WISE project includes 5 use cases that serve as practical testing scenarios where innovative solutions must demonstrate their effectiveness in real-world conditions. They represent the diverse geographic and climatic contexts of the European continent that provide the reference framework against which the innovations are validated for relevance, resilience and impact. PCP WISE contractors are challenged by designing and developing a solution that is applicable and scalable to tackle all 5 use cases. After evaluation of the tenders received, the PCP will be implemented by means of awarding a Framework Agreement where contractors are developing the solution in competition. It includes call-offs for Specific Contracts for Phase 1: Solution Design, Phase 2: Prototype Development, and Phase 3: Validation and demonstration of the solutions. This project receives funding from the European Union's Horizon Europe Research and Innovation Programme under grant agreement number No. 101182917 and selected under the HORIZONCL62024 GOVERNANCE015, topic: Customisation/preoperationalisation of prototypes enduser services in the area Climate Change Adaptation and Mitigation, with a budget of around €12 million earmarked for the R&D phases during the implementation of the PCP instrument. However, the European Union does not participate as a contracting authority in the procurement.
Procedure identifier : e6980cba-5d99-4022-a429-ee1306100d6d
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : 1. Competitive development in phases to identify the solutions offering the best value for money. 2. Public procurement of R&D services. 3. Open, transparent, non-discriminatory approach — No large scale deployments. 4. Sharing of IPR related risks and benefits under market conditions. 5. Exemption from EU Public Procurement Directives, World Trade Organization (WTO) Government Procurement Agreement (GPA) and compliant with EU state aid rules. For more information, please check the PCP WISE project's website: https://pcpwise.eu/

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 38221000 Geographic information systems (GIS or equivalent)
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Additional classification ( cpv ): 71351612 Hydrometeorology services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 79430000 Crisis management services

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : At least 70% of the total value of activities covered by the framework agreement (i.e. the total value of the activities covered by all phases) must be performed in the European Union (EU) Member States (MS) or Horizon Europe (HE) associated countries. This means that at least 70% of the total value of activities covered by each specific contract for PCP phase 1 and 2 must be performed in the EU Member States or in HE associated countries. Both percentages for phase 1 and phase 2 must be set at the minimum percentage (i.e. 70%) to ensure that tenders that do not proceed to phase 2 (or phase 3) still satisfy the place of performance requirement. The principal R&D staff working on the PCP (on each specific contract) must be located in the EU Member States or Horizon Europe associated countries. All activities covered by the contract are included in the calculation (i.e. all R&D and operational activities that are needed to perform the R&D services, e.g. research, development, testing and certifying solutions). This includes all activities performed under the contract by contractors and, if applicable, their subcontractors. The contractors must in addition ensure that the implementation of the contract takes place in EU Member States or HE associated countries.

2.1.3 Value

Estimated value excluding VAT : 11 765 338,8 Euro

2.1.4 General information

Additional information : This Pre-Commercial Procurement procedure is executed via the Tuttogare e-Procurement platform. ( https://pcp-wise.tuttogare.it/pcp/dettaglio.php?codice=1 ) Additional information, the full tender documents, their respective annexes and the question module are digitally available via pcp-wise page in the Tuttogare environment. Please keep in mind that further notifications, correspondence and the submission of tenders will take place in the Tuttogare e-Procurement platform.
Legal basis :
Directive 2014/24/EU
Applicable cross-border law : Dutch law

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Pre-Commercial Procurement for the Customisation/Preoperationalisation of Water management Innovations from Space for European Climate Resilience (PCP WISE)
Description : This PCP is a cross-border joint procurement of R&D services to reinforce public demand driven innovation in enduser services in the area of Climate Change Adaptation. Solutions are expected to achieve TRL 7-8. The PCP should deliver successful innovative and fully tested product(s) and/or service(s) that meet the common needs of the PBG to procure research, develop innovative marketable solutions, speed up the time to market and provide best value for money. More concretely, PCP WISE aims to customise/preoperationalise water management innovations from space for European climate resilience through PCP. It addresses waterrelated crises (floods, droughts, fires, infrastructure impacts) using space and EO data. The PCP will be implemented by means of a Framework Agreement with call-offs for Specific Contracts for Phase 1: Solution Design, Phase 2: Prototype Development and Phase 3:Validation and demonstration of the solutions.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Utrecht ( NL350 )
Country : Netherlands
Additional information :

5.1.3 Estimated duration

Start date : 03/03/2026
Duration end date : 30/12/2027

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Address of the procurement documents : https://pcp-wise.tuttogare.it/pcp/dettaglio.php?codice=1

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 07/01/2026 17:00 +01:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Het Waterschapshuis (hWh)
Information about review deadlines : Any legal claim, petition or application for judicial review, with regard to the present procurement procedure, shall be lodged solely within the 15 calendar days after the award decision before the District Court of The Hague, The Netherlands. Any other judicial review for phase 2 and phase 3 award decision is not possible.
Organisation providing more information on the review procedures : Het Waterschapshuis (hWh)

8. Organisations

8.1 ORG-0001

Official name : Het Waterschapshuis (hWh)
Registration number : 913379646
Postal address : Stationsplein 89
Town : Amersfoort
Postcode : 3818 LE
Country subdivision (NUTS) : Utrecht ( NL350 )
Country : Netherlands
Contact point : Joost Buntsma
Telephone : +31 33 460 3100
Internet address : www.hetwaterschapshuis.nl
Roles of this organisation :
Buyer
Group leader
Central purchasing body acquiring supplies and/or services intended for other buyers
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : STICHTING TOEGEPAST ONDERZOEK WATERBEHEER (STOWA)
Registration number : 995961372
Postal address : Stationsplein 89
Town : Amersfoort
Postcode : 3818 LE
Country subdivision (NUTS) : Utrecht ( NL350 )
Country : Netherlands
Telephone : +31 33 460 3100
Internet address : www.stowa.nl
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : FORUM VIRIUM HELSINKI OY (FVHelsinki)
Registration number : 997534324
Postal address : UNIONINKATU 24
Town : Helsinki
Postcode : 00130
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +31 33 460 3100
Internet address : https://forumvirium.fi/en/
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : MINISTERSTVO VNUTRA SLOVENSKEJ REPUBLIKY (Ministry of Interior Slovakia - Mol)
Registration number : 916230088
Postal address : Pribinova 2
Town : Bratislava
Postcode : 81272
Country subdivision (NUTS) : Bratislavský kraj ( SK010 )
Country : Slovakia
Telephone : +31 33 460 3100
Internet address : https://www.minv.sk/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : GEMEENTE HAARLEM (CITY OF HAARLEM)
Registration number : 927684430
Postal address : Grote Markt 2
Town : Haarlem
Postcode : 2003 RN
Country subdivision (NUTS) : Agglomeratie Haarlem ( NL32A )
Country : Netherlands
Telephone : +31 33 460 3100
Internet address : https://haarlem.nl/
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : BUNDESANSTALT TECHNISCHES HILFSWERK (THW)
Registration number : 880119219
Postal address : Provinzialstrasse 93
Town : Bonn
Postcode : 53127
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Telephone : +31 33 460 3100
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : REGION OF CENTRAL MACEDONIA (RCM)
Registration number : 951347774
Postal address : Vasilissis Olgas 198
Town : Thessaloniki
Postcode : 54110
Country subdivision (NUTS) : Θεσσαλονίκη ( EL522 )
Country : Greece
Telephone : +31 33 460 3100
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : FORENINGEN KLIMATORIUM (KLIMATORIUM)
Registration number : 896462167
Postal address : Havnen 8
Town : Lemvig
Postcode : 7620
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +31 33 460 3100
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : BENEGO – GRENSPARK KALMTHOUTSE HEIDE
Registration number : 886637231
Postal address : Rouwmoer 7c
Town : Essen
Postcode : 2910
Country subdivision (NUTS) : Arr. Antwerpen ( BE211 )
Country : Belgium
Telephone : +31 33 460 3100
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : INSTITUT CARTOGRAFIC I GEOLOGIC DE CATALUNYA (ICGC)
Registration number : 935977542
Postal address : Parc de Montjuic SN
Town : Barcelona
Postcode : 08038
Country subdivision (NUTS) : Barcelona ( ES511 )
Country : Spain
Telephone : +31 33 460 3100
Internet address : https://www.icgc.cat/es
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : GEMEENTE ROTTERDAM (City of Rotterdam)
Registration number : 998914925
Postal address : Meent 106
Town : Rotterdam
Postcode : 3001 AB
Country subdivision (NUTS) : Groot-Rijnmond ( NL366 )
Country : Netherlands
Telephone : +31 33 460 3100
Internet address : https://www.rotterdam.nl/
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : SLOVENSKA AGENTURA ZIVOTNEHO PROSTREDIA (SLOVAK ENVIRONMENTAL AGENCY) (SEA)
Registration number : 998833057
Postal address : Tajovskeho 28
Town : Banska Bystrica
Postcode : 97590
Country subdivision (NUTS) : Banskobystrický kraj ( SK032 )
Country : Slovakia
Telephone : +31 33 460 3100
Internet address : https://www.sazp.sk/
Roles of this organisation :
Buyer

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : fe9f2f6e-7dc8-4898-882d-344b7ede7475 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/09/2025 11:06 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00581235-2025
OJ S issue number : 170/2025
Publication date : 05/09/2025