Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of SATCOM services for RPAS
Reference number: EMSA/OP/2/2018
II.1.2)Main CPV code64200000 Telecommunications services
II.1.3)Type of contractServices
II.1.4)Short description:
The objective of this call for tender is to contract SATCOM capacity-provision and capacity-management services to support the Agency’s RPAS BRLOS operations and satellite internet services to connect the LGCS with the CGCS and/or the RPAS-DC.
II.1.5)Estimated total valueValue excluding VAT: 3 384 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
SATCOM services (≥ 2 Mbps)
Lot No: 1
II.2.2)Additional CPV code(s)64220000 Telecommunication services except telephone and data transmission services
64200000 Telecommunications services
35631100 Communication satellites
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
EU Member States, Candidate Countries and EFTA Member States. The areas of operation can be all sea areas surrounding the European Union with an EU or EFTA country as a starting point of the service.
II.2.4)Description of the procurement:
Lot 1 is intended to provide SATCOM capacity for BRLOS communications with a minimum data rate of 2 Mbps for the return link.
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 value
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:
Upon written request by the Contracting Authority the FWC can be renewed up to 2 times for a period of 12 months under the same conditions.
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
II.2)Description
II.2.1)Title:
SATCOM services (≥ 5 Mbps)
Lot No: 2
II.2.2)Additional CPV code(s)64200000 Telecommunications services
35631100 Communication satellites
64220000 Telecommunication services except telephone and data transmission services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The areas of operation can be all sea areas surrounding the European Union with an EU or EFTA country as a starting point of the service.
II.2.4)Description of the procurement:
Lot 2 is intended to provide SATCOM capacity for BRLOS communications with a minimum data rate of 5 Mbps for the return link.
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 value
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:
Upon written request by the Contracting Authority the FWC can be renewed up to 2 times for a period of 12 months under the same conditions.
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
II.2)Description
II.2.1)Title:
Satellite internet service
Lot No: 3
II.2.2)Additional CPV code(s)72400000 Internet services
32530000 Satellite-related communications equipment
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The areas of operation can be all sea areas surrounding the European Union with an EU or EFTA country as a starting point of the service.
II.2.4)Description of the procurement:
Lot 3 is intended to provide internet via satellite to connect the LGCS with the CGCS and/or the RPAS-DC.
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 value
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:
Upon written request by the Contracting Authority the FWC can be renewed up to 2 times for a period of 12 months under the same conditions.
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
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 several operators
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: 21/05/2018
Local time: 23:59
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: 31/10/2018
IV.2.7)Conditions for opening of tendersDate: 23/05/2018
Local time: 11:00
Place:
The tenders received electronically will be opened at 11:00 (CET/CEST time), which is 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:
ECJ.Registry@curia.eu.intFax: +352 433766
Internet address:
www.curia.europa.eu VI.4.2)Body responsible for mediation procedures VI.5)Date of dispatch of this notice:26/03/2018