Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Europol
Postal address: Eisenhowerlaan 73
Town: The Hague
Postal code: 2517 KK
Country: Netherlands
For the attention of: Procurement Office
E-mail: procurement@europol.europa.eu
Telephone: +31 703531681
Fax: +31 703180808
Internet address(es):
General address of the contracting authority: http://www.europol.europa.eu
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=831
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityPublic order and safety
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:
Image and video analysis solution to implement a child sexual exploitation victim identification function.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: The Hague, Netherlands.
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 a single operator
Duration of the framework agreement
Duration in years: 6
Justification for a framework agreement, the duration of which exceeds four years: Due to maintenance.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 940 000 EUR
II.1.5)Short description of the contract or purchase(s)
The aim of this tender is to provide Europol with an image and video analysis solution in order to support the implementation of a child sexual exploitation victim identification function.
II.1.6)Common procurement vocabulary (CPV)48000000 Software package and information systems, 48328000 Image-processing software package, 48329000 Imaging and archiving system, 48322000 Graphics software package, 48783000 Content management software package
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: no
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:
The duration of the contract will be 2 years with 2 possible extensions of 1 year each for the purchase of products and services (4 years total duration). The maintenance part of the contract will have 1 additional possible extension of 2 years (6 years maximum total duration).
The maximum expenditure for the full lifetime of the contract is 940 000 EUR.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not applicable.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: As in pre-qualification questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As in pre-qualification questionnaire.
Minimum level(s) of standards possibly required: As in pre-qualification questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As in pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As in pre-qualification questionnaire.
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 service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
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 criteria
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:
R/C1/1507.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate31.5.2015 - 23:59
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
Other: Tenderer's attention is drawn to the fact that English is Europol's working language.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
All documents related to this call for tender are downloadable and visible following the e-tendering link published above, but in order to use some options on the e-tendering website, users will need to log in. Once logged in, users will have the option to ‘subscribe' to a call for tender which means they receive notifications for events like publication of new documents or questions. Moreover, this will allow users to ask questions related to the call for tender.
Europol highly recommends this in order not to risk missing any information.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.4.2015