Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activity
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework contract for aerial surveillance services assets and expert support.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: EU external borders.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 10 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The objective of this tender is to develop Frontex's technical equipment pool with the category of aerial surveillance equipment having a high level of deployability and availability and thus enabling Frontex to enhance its surveillance operational capability in areas of the EU external border.
In lot 1, the contractor shall provide Frontex with maritime surveillance flights over a pre-defined area of the EU external maritime border, within a specific time-frame, reporting defined objects and events of interest to a coordination centre designated by Frontex.
In lot 2, the contractor shall provide Frontex with land surveillance flights over a pre-defined area of the EU external land border, within a specific time-frame, reporting defined objects and events of interest to a coordination centre designated by Frontex.
II.1.6)Common procurement vocabulary (CPV)60440000 Aerial and related services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: yes
Description of these options: Renewal of the 2-year period of contract for another 2 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Maritime area aerial surveillance1)Short description
2)Common procurement vocabulary (CPV)60440000 Aerial and related services
3)Quantity or scopeEstimated value excluding VAT: 8 500 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Land area aerial surveillance1)Short description
2)Common procurement vocabulary (CPV)60440000 Aerial and related services
3)Quantity or scopeEstimated value excluding VAT: 1 500 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Prefinancing not exceeding 40 % of the specific contract price may be granted.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: A tenderer is asked to prove that it is authorised to perform the contract under its national law. Therefore, the tenderer shall provide as evidence the inclusion in a trade or professional register, or membership of a specific organisation, as well as valid certification/registration of the offered assets.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: — The tenderer must prove its financial capacity for the past 3 financial years: 2012, 2013, 2014. Evidence must be provided by submission of relevant balance sheets (provided that the publication of balance sheets is stipulated by the legislation on firms in the country where the tenderer is established).
— The tenderer must be registered in a relevant commercial or trade register. Evidence must be provided by submission of a certificate of professional or commercial registration imposed by the country in which the tenderer is established. If the tenderer is not required or permitted to enrol in such a register for reasons of his statute or legal status, an explanation should be provided.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The tenderer's technical and professional capacity will be evaluated using the following criteria:
— the tenderer must have at least 3 years' experience in providing similar equipment/services,
— the tenderer must be able to provide a team of experts matching the requirements specified in the terms of reference,
— the tenderer must demonstrate its technical ability to provide all the services and products required in this call for tenders.
The following documents or information shall be presented as evidence of compliance with the technical and professional capacity criteria:
— evidence of experience must be provided by submission of a list of contracts performed or deliveries executed in the years 2012, 2013 and 2014, indicating sums, dates and recipients. The proper performance of the contracts listed shall be documented in a form of a reference letter issued and signed by an authorised person of the particular tenderer's client. At least 2 such reference letters are required to be submitted in the offer,
— evidence of team capacity must be provided by submitting CVs of the proposed personnel,
— evidence of technical ability must be provided by submission of a detailed description of the technical equipment and material available to the tenderer for the provision of the services and products required by this call for tenders. This description should include platforms, payload combinations, communication options, and mission support capabilities.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Frontex/OP/166/2015/JL.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.5.2015 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate18.5.2015 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 25.5.2015 - 11:00
Place:
Frontex premises, Plac Europejski 6, 00-844 Warsaw, POLAND.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenderers' representatives are welcome (max. 1 person per tenderer). Please inform Frontex in advance via e-mail addressed to: procurement@frontex.europa.eu about your participation.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:1.4.2015