Services - 109760-2020

Submission deadline has been amended by:  134683-2020
06/03/2020    S47

Poland-Warsaw: Maritime Analysis Tools

2020/S 047-109760

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
E-mail: procurement@frontex.europa.eu
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5928
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.

http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal-entities_en.cfm

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
E-mail: cfi.registry@curia.europa.eu
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