loading
  • BE-1210 Brussels
  • 06.04.2017
  • Ausschreibung
  • (ID 2-255801)

Interinstitutional service framework contract for maritime security and surveillance expertise


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.04.2017 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung allgemeine Beratungsleistungen / Kontrolle, Monitoring / Sicherheits-/ Gesundheitsschutz
    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
    EASME is launching a call for tenders with a view to concluding an interinstitutional multiple framework contract (FWC) with reopening of competition for the provision of maritime security and surveillance expertise.
    The participating Directorates-General of the European Commission and other EU agencies:
    — Directorate-General for Maritime Affairs and Fisheries,
    — European Defence Agency,
    — European Fisheries Control Agency,
    — Joint Research Centre.
    The FWC will be concluded with a maximum of 5 selected tenderers for each of the lots. There will be 3 lots.
    The FWC aims at bringing in the necessary maritime security expertise to assist the EU and its Member States in putting the European Union maritime security strategy (EUMSS) action plan into operation.
    The services to be provided are further detailed in the tender specifications (Section 1.4).
    Leistungsumfang
    This lot covers the provision of specific expertise on maritime security capabilities, including research and innovation. Sound technological and operational knowledge on maritime security capabilities and technologies is expected.
    The services to be provided are further detailed in the tender specifications (Section 1.4.4).
    The tenderers should provide offers for the case studies 7 and 8.
    Adresse des Bauherren BE-1210 Brussels
    TED Dokumenten-Nr. 49071-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Belgium-Brussels: Interinstitutional service framework contract for maritime security and surveillance expertise

      2017/S 028-049071

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Executive Agency for Small and Medium-sized Enterprises (EASME)
      Covent Garden 2, place Rogier 16, Office 12/27
      Brussels
      1210
      Belgium
      E-mail: MjE4U09hW1MbXmBdUWNgU1tTXGIuU1EcU2NgXV5PHFNj
      NUTS code: BE100

      Internet address(es):

      Main address: http://ec.europa.eu/EASME

      I.1)Name and addresses
      European Commission, Directorate-General for Maritime Affairs and Fisheries
      Brussels
      1049
      Belgium
      E-mail: MThdWWtlXSVoamdbbWpdZV1mbDhdWyZdbWpnaFkmXW0=
      NUTS code: BE100

      Internet address(es):

      Main address: http://ec.europa.eu/dgs/maritimeaffairs_fisheries/index_en.htm

      I.1)Name and addresses
      European Defence Agency (EDA)
      rue des Drapiers 17–23
      Ixelles
      1050
      Belgium
      E-mail: MjE2VVFjXVUdYGJfU2ViVV1VXmQwVVMeVWViX2BRHlVl
      NUTS code: BE100

      Internet address(es):

      Main address: https://www.eda.europa.eu/home

      I.1)Name and addresses
      European Fisheries Control Agency (EFCA)
      Edificio Odriozola, Avenida García Barbón, 4
      Vigo (Pontevedra)
      36201
      Spain
      E-mail: MTFkYHJsZCxvcW5idHFkbGRtcz9kYi1kdHFub2AtZHQ=
      NUTS code: ES

      Internet address(es):

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

      I.1)Name and addresses
      European Commission, Joint Research Centre (JRC)
      via Enrico Fermi 2749
      Ispra VA
      21027
      Belgium
      E-mail: MjIwUU1fWVEZXF5bT2FeUVlRWmAsUU8aUWFeW1xNGlFh
      NUTS code: IT

      Internet address(es):

      Main address: https://ec.europa.eu/jrc/en

      I.2)Joint procurement
      The contract involves 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=1989
      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
      General public services

      Section II: Object

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

       

      Interinstitutional service framework contract for maritime security and surveillance expertise.

       

      Reference number: EASME/EMFF/2016/022.
      II.1.2)Main CPV code
      77700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      EASME is launching a call for tenders with a view to concluding an interinstitutional multiple framework contract (FWC) with reopening of competition for the provision of maritime security and surveillance expertise.

      The participating Directorates-General of the European Commission and other EU agencies:

      — Directorate-General for Maritime Affairs and Fisheries,

      — European Defence Agency,

      — European Fisheries Control Agency,

      — Joint Research Centre.

      The FWC will be concluded with a maximum of 5 selected tenderers for each of the lots. There will be 3 lots.

      The FWC aims at bringing in the necessary maritime security expertise to assist the EU and its Member States in putting the European Union maritime security strategy (EUMSS) action plan into operation.

      The services to be provided are further detailed in the tender specifications (Section 1.4).

       

      II.1.5)Estimated total value
      Value excluding VAT: 2 909 500.00 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:

       

      General support and implementation of the EUMSS

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71620000
      98360000
      73112000
      II.2.3)Place of performance
      NUTS code: BE100
      Main site or place of performance:

       

      The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission's premises.

       

      II.2.4)Description of the procurement:

       

      This lot covers the provision of general support for the implementation and follow-up of the EUMSS and action plan as well as strategic analysis on multi-sector maritime security issues, both at global and European level.

      The services to be provided are further detailed in the tender specifications (Section 1.4.2).

      The tenderers should provide offers for the case studies 1, 2, 3 and 4.

       

      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: 792 000.00 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 duration of the tasks shall not exceed 24 months. The framework contract may be renewed twice, each time for a 12-month period depending on the future needs and on the budget availability. Renewal will be automatic, unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration.

       

      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: The European Maritime and Fisheries Fund work programme for 2016. Action: EMFF 2016/ 1.3.1.11 — Interinstitutional service FWC for maritime security and surveillance expertise. WP ref. Commission Implementing Decision of 20.7.2016 (C(2016) 4575 final).
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Information exchange and data analysis

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      72316000
      71354500
      98360000
      II.2.3)Place of performance
      NUTS code: BE100
      Main site or place of performance:

       

      The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission's premises.

       

      II.2.4)Description of the procurement:

       

      This lot is related to the provision of specific expertise on the different dimensions of civil and military cross-sectorial and cross-border information exchange (legal, technical, operational, organisational) and data analysis.

      The services to be provided are further detailed in the tender specifications (Section 1.4.3).

      The tenderers should provide offers for the case studies 5 and 6.

       

      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: 770 000.00 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 duration of the tasks shall not exceed 24 months. The framework contract may be renewed twice, each time for a 12-month period depending on the future needs and on the budget availability. Renewal will be automatic, unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration.

       

      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: The European Maritime and Fisheries Fund work programme for 2016. Action: EMFF 2016/ 1.3.1.11 — Interinstitutional service FWC for maritime security and surveillance expertise. WP ref. Commission Implementing Decision of 20.7.2016 (C(2016) 4575 final).
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Capacity building, research and innovation

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      73110000
      73000000
      73112000
      98360000
      II.2.3)Place of performance
      NUTS code: BE100
      Main site or place of performance:

       

      The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission's premises.

       

      II.2.4)Description of the procurement:

       

      This lot covers the provision of specific expertise on maritime security capabilities, including research and innovation. Sound technological and operational knowledge on maritime security capabilities and technologies is expected.

      The services to be provided are further detailed in the tender specifications (Section 1.4.4).

      The tenderers should provide offers for the case studies 7 and 8.

       

      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: 1 347 500.00 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 duration of the tasks shall not exceed 24 months. The framework contract may be renewed twice, each time for a 12-month period depending on the future needs and on the budget availability. Renewal will be automatic, unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration.

       

      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: The European Maritime and Fisheries Fund work programme for 2016. Action: EMFF 2016/ 1.3.1.11 — Interinstitutional service FWC for maritime security and surveillance expertise. WP ref. Commission Implementing Decision of 20.7.2016 (C(2016) 4575 final).
      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:

       

      See Internet address provided in Section I.3.

       

      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:

       

      See Internet address provided in Section I.3.

       

      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
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 15
      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: 06/04/2017
      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: 9 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 18/04/2017
      Local time: 10:30
      Place:

       

      The Executive Agency for Small and Medium-sized Enterprises (EASME), Covent Garden 2, Room COV2, 10/191, place Rogier 16, 1210 Brussels, BELGIUM.

       

      Information about authorised persons and opening procedure:

       

      See Internet address provided in Section I.3.

       

      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:
      VI.4)Procedures for review
      VI.4.1)Review body
      General Court
      rue du Fort Niedergrünewald
      Luxembourg
      2925
      Luxembourg
      Telephone: +35 243031
      E-mail: MTFGZG1kcWBrQm50cXMtUWRmaHJzcXg/YnRxaGAtZHRxbm9gLWR0
      Fax: +35 243032100

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

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      See Internet address provided in Section I.3.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      30/01/2017
    © 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 09.02.2017
Zuletzt aktualisiert 09.02.2017
Wettbewerbs-ID 2-255801 Status Kostenpflichtig
Seitenaufrufe 41