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:
CPNEG32021@emsa.europa.euInternet address(es): Main address:
www.emsa.europa.eu I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.emsa.europa.euAdditional 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:
Equipment Assistance Service — Black Sea
Reference number: EMSA/CPNEG/3/2021
II.1.2)Main CPV code90741200 Oil spillage control services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject matter of the FWC is the provision, upon demand and at short notice, of oil pollution response services, more particularly the availability on-site of specialised Oil Spill Response (OSR) equipment as well as dispersants in order to respond to oil spills in the European regional sea basins.
II.1.5)Estimated total valueValue excluding VAT: 1 250 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)34000000 Transport equipment and auxiliary products to transportation
50000000 Repair and maintenance services
63121100 Storage services
90730000 Pollution tracking and monitoring and rehabilitation
90741000 Services related to oil pollution
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performanceNUTS code: BG България / Bulgaria
NUTS code: RO România
Main site or place of performance:
The arrangement shall be located within the Black Sea on the coastline of Bulgaria or Romania.
II.2.4)Description of the procurement:
The service will be structured and specified in the three types of contracts as follows:
• a framework contract for services between the tenderer awarded the contract and the Agency for the provision of the EAS. The framework contract sets out general performance framework;
• specific contracts between the tenderer awarded the contract and the Agency for the provision of the particular services — elements of EAS (logistics, transportation, storage, equipment maintenance, mobilisation arrangements, personnel, insurance, technical support personnel, equipment testing);
• an incident response contract — equipment (IRC-E) between the tenderer awarded the contract and the entity requesting the provision of pollution response services (for rapid mobilisation of specialised equipment and/or dispersant with or without technical support personnel) during an incident. In order to improve equipment mobilisation time, the IRC-E will include pre-agreed terms, conditions and tariffs for the provision of assistance. The use of the IRC-E is mandatory for the company awarded the framework contract.
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: 1 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 48
This contract is subject to renewal: no
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 procedureCompetitive procedure with negotiation
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.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 03/05/2021
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
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
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:23/03/2021