An official website of the European Union

109760-2020 - Competition

Notice View

Summary

2020-OJS47-109760-en
I.1.
Name and addresses
Official name: European Border and Coast Guard Agency — Frontex
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code: PL911 Miasto Warszawa
Postal code: 00-844
Country: Poland
Contact person: Frontex Procurement Team
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
I.5.
Main activity
General public services
II.1.1.
Title
Maritime Analysis Tools
Reference number: Frontex/RP/1181/2019/AH
II.1.2.
Main CPV code
72316000 Data analysis services
II.1.3.
Type of contract
Services
II.1.5.
Estimated total value
Value excluding VAT: 2 600 000,00 EUR
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.3.
Place of performance
NUTS code: PL911 Miasto Warszawa
II.2.6.
Estimated value
Value excluding VAT: 2 600 000,00 EUR
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The contract shall be concluded for an initial period of 1 year with 3 possible renewals, each for 12 months.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 31/03/2020 Local time: 14:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 26/04/2020
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
VI.5.
Date of dispatch of this notice
25/02/2020

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2020-OJS47-109760-en
109760-2020 - CompetitionPoland-Warsaw: Maritime Analysis Tools
OJ S 47/2020 06/03/2020
Contract notice
Services
Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1.
Name and addresses
Official name: European Border and Coast Guard Agency — Frontex
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code: PL911 Miasto Warszawa
Postal code: 00-844
Country: Poland
Contact person: Frontex Procurement Team
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
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=5928
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
Maritime Analysis Tools
Reference number: Frontex/RP/1181/2019/AH
II.1.2.
Main CPV code
72316000 Data analysis services
II.1.3.
Type of contract
Services
II.1.4.
Short description
By this procurement Frontex aims to acquire multiple access (minimum 4) to already existing maritime analysis tools for a period of 1 year. The contract shall be renewable, maximum 3 times, each time for another year and by the decision of Frontex. The overarching objective is to put in place a dedicated analytical capability to research systematically the maritime risk environment and deliver a set of products that identify high-risk threats, assess maritime risks and inform the key stakeholders: policy-makers and law enforcement in this important area of work. Thus, the deployment of maritime analysis tools is intended to enhance Frontex operational support to EU border/coast guard and law enforcement authorities in suppressing and preventing, among others, illegal migration and cross-border crime in the maritime domain.
II.1.5.
Estimated total value
Value excluding VAT: 2 600 000,00 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: PL911 Miasto Warszawa
Main site or place of performance: Frontex premises, Warsaw, POLAND.
II.2.4.
Description of the procurement
For the purpose of this contract, maritime analysis tools is defined as a system that works with maritime ‘big data’ (e.g. maritime reporting systems data, information on ship ownership/management, historical movements of vessels and relevant open source information). The system must be capable of producing information of interest for border/coast guard and law enforcement authorities by performing the following functions:
(a) capturing, collecting, storing, searching, querying, visualization and updating maritime ‘big data’;
(b) analysing, identifying/categorising high-risk threats, assessing maritime risks and informing policy and practice in this work area of the maritime domain;
(c) performing analytical capabilities to research systematically the maritime risk environment and deliver a set of products, such as risk alerts/profiles, periodical strategic overviews, maritime area analyses and EU/regional risk maps.
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: 2 600 000,00 EUR
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The contract shall be concluded for an initial period of 1 year with 3 possible renewals, each for 12 months.
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: yes
Description of options:
Frontex may decide to purchase additional licences during the contract duration.
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
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:
A tenderer is asked to prove that they are authorised to perform the contract under the national law as evidenced by inclusion in a trade or professional register or a sworn declaration or certificate, membership of a specific organisation, express authorisation or entry in the VAT register.
Evidence required:
The tenderer shall provide a duly filled in and signed legal entity form (see the link below) accompanied by the documents requested therein.
III.1.2.
Economic and financial standing
List and brief description of selection criteria:
Candidates must demonstrate that they have sufficient economic and financial resources to be able to carry out the tasks specified in this contract notice.
Minimum requirements:
— average annual turnover must be equal to or greater than 2 000 000 EUR for the last 3 financial years for which the accounts have been closed.
This evaluation shall be based on the following:
(a) a statement as to overall annual turnover during the past 3 financial years signed by the duly authorized legal representative of the company.
Minimum level(s) of standards possibly required:
As above.
III.1.3.
Technical and professional ability
List and brief description of selection criteria:
The candidates shall provide information and formalities necessary for evaluating if the requirements are met:
(a) proof that candidates are authorized to perform the contract under national law, as evidenced by inclusion in a trade or professional register or a sworn declaration or certificate, membership of a specific organization, express authorization or entry in the VAT register;
(b) a list of similar projects/contracts implemented in the past 3 years with a brief description, showing experience in the subject of this call for tender; the minimum required number is 3;
(c) characteristics/functionalities of the tool which they can provide:
Bidders are required to fill in relevant table inventorying the required capacity and capability to deliver the service required. Only tenderers capable of providing a tool with all mandatory and at least one of the optional features shall be invited to tender.
1) Mandatory: your tool can capture, store and manage global positional data from ship reporting systems for at least the last 5 years (e.g. comprehensive historical data on voyages, previous/next ports of call);
2) Mandatory: your tool allows the user to establish search rules and queries based on specific ship behaviour;
3) Mandatory: your tool delivers advanced analytical capabilities supported by artificial intelligence/machine learning algorithms (e.g. assessment of vessel risk-level);
4) Optional: your tool includes the fusion of historical, static and dynamic vessel data (e.g. vessel particulars, shipping company information and economic performance);
5) Optional: your tool has analytical capabilities to assess the risk level of vessel and fleet ownership/management.
Minimum level(s) of standards possibly required:
As above.

Section IV: Procedure

IV.1.
Description
IV.1.1.
Type of procedure
Restricted procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
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.2.2.
Time limit for receipt of tenders or requests to participate
Date: 31/03/2020 Local time: 14:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 26/04/2020
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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.3.
Additional information
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://www.curia.europa.eu
VI.5.
Date of dispatch of this notice
25/02/2020