SEWA_01 Provision of a scoping study to assess the current landscape of early warning and Impact-based Forecast initiatives across Africa

ECMWF, as an entrusted entity for the implementation of the European Union’s Africa – EU Space partnership programme - Space for Early Warning in Africa (AESPP-SEWA), invites Tenders for the provision of a study to assess the current landscape of early warning and Impact-based Forecast initiatives across Africa. This ITT …

CPV: 73000000 Forschungs- und Entwicklungsdienste und zugehörige Beratung
Frist:
31. Juli 2025 15:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
SEWA_01 Provision of a scoping study to assess the current landscape of early warning and Impact-based Forecast initiatives across Africa
Vergabestelle:
European Centre for Medium-Range Weather Forecasts (ECMWF)
Vergabenummer:
SEWA_01

1. Buyer

1.1 Buyer

Official name : European Centre for Medium-Range Weather Forecasts (ECMWF)
Legal type of the buyer : International organisation
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : SEWA_01 Provision of a scoping study to assess the current landscape of early warning and Impact-based Forecast initiatives across Africa
Description : ECMWF, as an entrusted entity for the implementation of the European Union’s Africa – EU Space partnership programme - Space for Early Warning in Africa (AESPP-SEWA), invites Tenders for the provision of a study to assess the current landscape of early warning and Impact-based Forecast initiatives across Africa. This ITT covers the provision of a scoping study to assess the current landscape of early warning and Impact-based Forecast (IbF) initiatives across Africa. The scoping study is an essential precursor to the four regional IbF pilot demonstrators, focusing on West Africa, East Africa, Central Africa and Southern Africa. The study shall identify existing initiatives, user needs, gaps and priorities to ensure a coherent and complementary approach to capacity building and service development across Africa as a continent, the four sub-Saharan regions and the Indian Ocean Islands. Further details are contained within the Volume II document of the ITT. Kindly note that an extension to the deadline for receipt of tenders is not anticipated and any such requests for an extension should be entirely avoided.
Procedure identifier : 2768845a-aa91-405b-a915-94f93d26368e
Internal identifier : SEWA_01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

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

2.1.2 Place of performance

Anywhere
Additional information : Service shall be performed on Contractor's premises, located either in the ECMWF Member States or in a country or territory in accordance with Article 28 of NDICI Regulation. (Regulation (EU) 2021/947 of the European Parliament and of the Council of 9 June 2021 establishing the Neighbourhood, Development and International Cooperation Instrument – Global Europe, amending and repealing Decision No 466/2014/EU of the European Parliament and of the Council and repealing Regulation (EU) 2017/1601 of the European Parliament and of the Council and Council Regulation (EC, Euratom) No 480/2009, OJ L 209, 14.6.2021, p. 1–78, ELI: http://data.europa.eu/eli/reg/2021/947/oj) and Volume I of the Invitation to Tender documents.

2.1.3 Value

Estimated value excluding VAT : 450 000 Euro

2.1.4 General information

Additional information : 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. Eligibility: Refer to Section 3.2 of Volume I of the ITT documents.
Legal basis :
Other

5. Lot

5.1 Lot technical ID : LOT-0001

Title : SEWA_01 Provision of a scoping study to assess the current landscape of early warning and Impact-based Forecast initiatives across Africa
Description : The successful tenderer shall deliver a comprehensive scoping study. The study shall map the landscape of existing weather and climate-related early warning initiatives, collect user requirements, assess hazard priorities, and propose an action plan for regional Impact-based Forecasting (IbF) pilots. The study will also reflect on sustainability, ownership, and lessons learned from previous scoping study initiatives. The contractor is required to deliver the following components: Work Package 0 (WP0): Management and coordination Work Package 1 (WP1): Literature review and mapping of existing initiatives, data and interfaces Work Package 2 (WP2): Stakeholder engagement and user requirements Work Package 3 (WP3): Hazard landscape assessment Work Package 4 (WP4): Reflection on sustainability, ownership, and lessons from past initiatives Work Package 5 (WP5): Action plan for regional pilots
Internal identifier : SEWA_01

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

Anywhere
Additional information : Service shall be performed on Contractor's premises, located either in the ECMWF Member States or in a country or territory in accordance with Article 28 of NDICI Regulation. (Regulation (EU) 2021/947 of the European Parliament and of the Council of 9 June 2021 establishing the Neighbourhood, Development and International Cooperation Instrument – Global Europe, amending and repealing Decision No 466/2014/EU of the European Parliament and of the Council and repealing Regulation (EU) 2017/1601 of the European Parliament and of the Council and Council Regulation (EC, Euratom) No 480/2009, OJ L 209, 14.6.2021, p. 1–78, ELI: http://data.europa.eu/eli/reg/2021/947/oj) and Volume I of the Invitation to Tender documents.

5.1.3 Estimated duration

Start date : 01/10/2025
Duration : 6 Month

5.1.5 Value

Estimated value excluding VAT : 450 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Neighbourhood, Development and International Cooperation Instrument (NDICI) (2021/2027)
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Tenderer’s Financial & Legal Organisation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Price
Name :
Description : Price Structure and Viability
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name :
Description : Methodology and Approach
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name :
Description : Team Expertise and Experience
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name :
Description : Understanding of the Context
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name :
Description : Project Management and Coordination
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name :
Description : Quality Assurance and Risk Management
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Tools, devices, or file formats not generally available
Deadline for requesting additional information : 16/07/2025 23:59 +02:00
Information about restricted documents is available at : https://www.ecmwf.int/en/about/suppliers
Ad hoc communication channel :
Name : Please refer to Volume I of the ITT documents for a complete description of the communication and tender submission procedure. Tenderers must register their organsiation on the ECMWF's eProcurement Portal to be able to access the ITT documents and to be able to submit a response to the ITT. Registration is free and the process is managed by the portal provider.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : https://procurement.ecmwf.int/
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 31/07/2025 15:00 +02:00
Deadline until which the tender must remain valid : 9 Month
Information about public opening :
Opening date : 31/07/2025 15:00 +02:00
Place : ECMWF's eProcurement Portal
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 : yes
Electronic payment will be used : yes
Financial arrangement : Please refer to Volume V of the ITT documents.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : European Centre for Medium-Range Weather Forecasts (ECMWF) -
Information about review deadlines : Please refer to ECMWF's Procurement Debriefing and Review Procedure published at the ECMWF Suppliers webpage ( https://www.ecmwf.int/en/about/suppliers ).
Organisation providing additional information about the procurement procedure : European Centre for Medium-Range Weather Forecasts (ECMWF) -
Organisation providing offline access to the procurement documents : European Centre for Medium-Range Weather Forecasts (ECMWF) -
Organisation providing more information on the review procedures : European Centre for Medium-Range Weather Forecasts (ECMWF) -
Organisation receiving requests to participate : European Centre for Medium-Range Weather Forecasts (ECMWF) -
Organisation processing tenders : European Centre for Medium-Range Weather Forecasts (ECMWF) -

8. Organisations

8.1 ORG-0001

Official name : European Centre for Medium-Range Weather Forecasts (ECMWF)
Registration number : n/a
Postal address : Robert-Schuman-Platz 3
Town : Bonn
Postcode : 53175
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Contact point : Procurement at ECMWF
Telephone : +44 118 949 9000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : European Centre for Medium-Range Weather Forecasts (ECMWF)
Registration number : not applicable
Postal address : Shinfield Park
Town : Reading
Postcode : RG2 9AX
Country : United Kingdom
Contact point : Procurement at ECMWF
Telephone : +44 118 949 9000
Fax : +44 118 986 9450
Internet address : https://www.ecmwf.int/
Information exchange endpoint (URL) : https://procurement.ecmwf.int/
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

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 : b095b0a7-73da-482b-bb07-69e92bbeddde - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/06/2025 13:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00384982-2025
OJ S issue number : 113/2025
Publication date : 16/06/2025