Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Maritime Safety Agency
Postal address: Praça Europa 4
Town: Lisbon
NUTS code:
PT170 Área Metropolitana de LisboaPostal code: 1249-206
Country: Portugal
E-mail:
OPEN12020@emsa.europa.euInternet address(es): Main address:
http://emsa.europa.eu I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of ICT Services for SEG and IMS Mobile Applications
Reference number: EMSA/OP/1/2020
II.1.2)Main CPV code72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contractServices
II.1.4)Short description:
The objective is to establish a framework contract (FWC) with an experienced contractor that can support EMSA with code correction, evolutive maintenance, IT Helpdesk and upgrades relating to the SEG web application and the IMS mobile application(s). For more information please refer to the procurement documents.
II.1.5)Estimated total valueValue excluding VAT: 1 600 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)48000000 Software package and information systems
II.2.3)Place of performanceNUTS code: PT1 CONTINENTE
Main site or place of performance:
The performance of services shall be made remotely from the contractor's premises and/or in Lisbon Portugal at EMSA headquarters. For more information please refer to the procurement documents.
II.2.4)Description of the procurement:
Given the ceiling for this procedure the open procedure was chosen as to procure IT services for the code correction, evolutive maintenance, IT Helpdesk and upgrades relating to the SEG web application and the IMS mobile application(s). For more information please refer to the procurement documents.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The FWC may be renewed for 2 periods of 1 year each and up to a maximum total period of 4 years.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 participateDate: 06/03/2020
Local time: 16:00
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 tenderTender must be valid until: 31/12/2020
IV.2.7)Conditions for opening of tendersDate: 10/03/2020
Local time: 10:00
Place:
The tenders received electronically will be opened at 10.00 (Lisbon time), in the offices of the European Maritime Safety Agency, Praça Europa 4, 1249-206 LISBOA, PORTUGAL.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
GC.Registry@curia.europa.euFax: +352 433031
Internet address:
www.curia.europa.eu VI.4.2)Body responsible for mediation proceduresOfficial name: General Court of the European Union
Town: Luxembourg
Country: Luxembourg
Internet address:
www.curia.europa.eu VI.5)Date of dispatch of this notice:28/01/2020