Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract involves joint procurement
I.3)Communication
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.4.2)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