Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Service Contracts for Stand-by Oil Spill Recovery Vessels – Baltic Sea (Lot 1) and Canary Islands and Madeira (Lot 2)
Reference number: EMSA/CPNEG/2/2023
II.1.2)Main CPV code60651500 Standby ship services
II.1.3)Type of contractServices
II.1.4)Short description:
The primary objective of the procurement is to protect the coastlines of EU Member States.
II.1.5)Estimated total valueValue excluding VAT: 13 390 000.00 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:
Service Contract for Stand-by Oil Spill Recovery Vessels – Baltic Sea
Lot No: 1
II.2.2)Additional CPV code(s)34513600 Pollution-control vessels
60640000 Shipping operations
60651000 Hire of vessels with crew
60651100 Hire of sea-going vessels with crew
60651300 Anti-pollution ship services
60651500 Standby ship services
90733000 Services related to water pollution
90741000 Services related to oil pollution
90741300 Oil spillage rehabilitation services
90741200 Oil spillage control services
II.2.3)Place of performanceNUTS code: DE Deutschland
NUTS code: DK Danmark
NUTS code: EE Eesti
NUTS code: FI Suomi / Finland
NUTS code: LT Lietuva
NUTS code: LV Latvija
NUTS code: PL Polska
NUTS code: SE Sverige
Main site or place of performance:
Area of operation – covering the Baltic Sea and the entrance to the Baltic Sea limited by the line between Skagen (Denmark) and Gothenburg (Sweden).
II.2.4)Description of the procurement:
The Agency intends to establish additional response capacity to that of the pollution response mechanisms of Member States in case of a major oil spill. EMSA would like to utilise vessels that are engaged in economic activities in the identified area, by establishing service contracts for their availability during a (major) incident for spill response activities.
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: 6 655 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 110
This contract is subject to renewal: yes
Description of renewals:
Stand-by phase renewable once for up to a maximum of 48 months.
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:
Service Contract for Stand-by Oil Spill Recovery Vessels – Canary Islands and Madeira
Lot No: 2
II.2.2)Additional CPV code(s)34513600 Pollution-control vessels
60640000 Shipping operations
60651000 Hire of vessels with crew
60651100 Hire of sea-going vessels with crew
60651300 Anti-pollution ship services
60651500 Standby ship services
90733000 Services related to water pollution
90741000 Services related to oil pollution
90741300 Oil spillage rehabilitation services
90741200 Oil spillage control services
II.2.3)Place of performanceNUTS code: ES España
NUTS code: PT Portugal
II.2.4)Description of the procurement:
Area of operation – Canary Island and Madeira.
Covering the area limited by the following points:
A 27o30’N 18o30’W
B 27o30’N 14o30’W
C 29o30’N 12o30’W
D 33o15’N 12o30’W
E 33o15’N 18o30’W
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: 6 735 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 110
This contract is subject to renewal: yes
Description of renewals:
Stand-by phase renewable once for up to a maximum of 48 months.
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
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 system
IV.1.5)Information about negotiation
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: 20/04/2023
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 21/06/2023
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: 31/03/2024