Services - 171166-2017

06/05/2017    S88

Belgium-Brussels: Monitoring small-scale fisheries

2017/S 088-171166

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Executive Agency for Small and Medium-sized Enterprises (EASME)
Postal address: Covent Garden 2, place Rogier 16, Office 12/27
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1210
Country: Belgium
E-mail: easme-procurement@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/EASME
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2454
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Monitoring small-scale fisheries.

Reference number: EASME/EMFF/2017/011.
II.1.2)Main CPV code
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contract
Services
II.1.4)Short description:

EASME wishes to enter into a service contract whose objective is to examine approaches developed for electronic monitoring of SSFs and propose good practice in this area. It is a stocktaking exercise that will help national authorities, operators and scientists obtain an overview of this field, and provide information on good practice which, if implemented, may contribute to increased transparency and revenue for fishermen.

This will be achieved by:

— identifying, describing and classifying planned, prototype, operational or completed electronic systems, developed both in Europe and elsewhere, for monitoring movements, effort and catch of SSFs,

— proposing the design of a system that would be suitable for future development,

— testing in detail a set of representative systems that use some of SSF monitoring system components (identified below) for ease of use, robustness, cost and accuracy,

— identifying standards that can facilitate assembly of information from different fisheries.

II.1.5)Estimated total value
Value excluding VAT: 400 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:

The tasks are to be performed at the premises designated by the contractor, save where meetings are to be held at EASME's or the European Commission's premises.

II.2.4)Description of the procurement:

EASME wishes to enter into a service contract whose objective is to examine approaches developed for electronic monitoring of SSFs and propose good practice in this area. It is a stocktaking exercise that will help national authorities, operators and scientists obtain an overview of this field, and provide information on good practice which, if implemented, may contribute to increased transparency and revenue for fishermen.

This will be achieved by:

— identifying, describing and classifying planned, prototype, operational or completed electronic systems, developed both in Europe and elsewhere, for monitoring movements, effort and catch of SSFs,

— proposing the design of a system that would be suitable for future development,

— testing in detail a set of representative systems that use some of SSF monitoring system components (identified below) for ease of use, robustness, cost and accuracy,

— identifying standards that can facilitate assembly of information from different fisheries.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Commission Implementing Decision of 24.10.2016 (C(2016) 6713 final) amending Decision C(2015) 8729 of 11.12.2015 concerning the adoption of the work programme for 2016 and the financing decision for the implementation of the European Maritime and Fisheries Fund.
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See the Internet address provided in Section I.3.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See the Internet address provided in Section I.3.

III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participate
Date: 09/08/2017
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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/08/2017
Local time: 10:30
Place:

The Executive Agency for Small and Medium-sized Enterprises (EASME), Covent Garden 2, Room COV2 12/191, place Rogier 16, 1210 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

See Internet address provided in Section I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +35 243031
Fax: +35 243032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
27/04/2017