Services - 185059-2021

Submission deadline has been amended by:  240140-2021
16/04/2021    S74

Poland-Warsaw: Multiple Framework Contract with Reopening of Competition for Provision of Services for Geographic Information Systems and Geospatial Intelligence/Imagery Intelligence Consultancy-under T&M Conditions

2021/S 074-185059

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: Frontex — European Border and Coast Guard Agency
National registration number: 140232006
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code: PL911 Miasto Warszawa
Postal code: 00-844
Country: Poland
Contact person: Frontex Procurement Team
E-mail: procurement@frontex.europa.eu
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
Main address: https://frontex.europa.eu/
Address of the buyer profile: https://frontex.europa.eu/
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=8294
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:

Multiple Framework Contract with Reopening of Competition for Provision of Services for Geographic Information Systems and Geospatial Intelligence/Imagery Intelligence Consultancy-under T&M Conditions

Reference number: FRONTEX/OP/404/2020/SB
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The aim of this procurement procedure is to establish multiple framework contracts enabling an efficient provision of services for GIS/GEOINT and IMINT consultancy under time and means conditions. The intended minimum number of FWCs is three (3) and maximum is six (6).

The framework contracts resulting from this tender will be a source of services for the following areas (not exhaustively listed):

— geographic information systems;

— geospatial intelligence consultancy;

— imagery intelligence consultancy.

II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
38221000 Geographic information systems (GIS or equivalent)
72314000 Data collection and collation services
72316000 Data analysis services
72300000 Data services
72310000 Data-processing services
72311100 Data conversion services
II.2.3)Place of performance
NUTS code: PL911 Miasto Warszawa
II.2.4)Description of the procurement:

The main goal of this procurement procedure is to establish multiple framework contracts enabling an efficient provision of services for GIS/GEOINT and IMINT consultancy under time and means conditions. The intended minimum number of FWCs is three (3) and maximum is six (6).

The framework contracts resulting from this tender will be a source of services for the following areas (not exhaustively listed):

— geographic information systems.

GIS consultancy shall be understood as professional expertise in mapping and modelling geospatial data into layers of information and visualise it using maps and GIS web applications. GIS promotes the discovering of patterns and relationships, between geospatial data empowering the decision making cycles.

— geospatial intelligence consultancy.

Geospatial intelligence consultancy shall be understood as professional expertise in geospatial intelligence data collection, preparation, analysis and interpretation as well as dissemination of high quality products derived from these processes.

— imagery intelligence consultancy.

IMINT consultancy shall be understood as professional expertise in geospatial and imagery intelligence data collection, preparation, analysis and interpretation as well as dissemination of high quality products derived from these processes.

The following examples describe the types of tasks envisaged to be covered by the framework contract (non-exhaustive list):

GIS/GEOINT:

— support to business units with GIS related daily basis tasks;

— management of unclassified/classified geospatial data;

— creation of graphical layouts and content;

— production of technical documentation;

— map and cartographic products creation;

— management of web map applications;

— geospatial analysis;

— development of workflows for management of spatial analysis.

IMINT:

— acquisition tasking;

— imagery interpretation and analysis;

— providing IMINT training.

The services will be executed by contractor’s personnel in time and means mode, on-site (intra muros), on the basis of specific contracts implementing the framework contract. The mechanism applied for awarding specific contracts implementing framework contracts is the reopening of competition.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Contract can be renew, maximum two times, each time for a period of 12 months and on the same conditions unless one of the parties informs the other of its intention not to extend the contract and such notification is received by the other party, no later than 3 months before the contract expires. The overall duration of the framework contract may in no event exceed four (4) years.

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: 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 standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
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: 18/05/2021
Local time: 15:00
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 20/05/2021
Local time: 11:00
Place:

Frontex, Plac Europejski 6, 00-844 Warsaw, POLAND.

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: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.5)Date of dispatch of this notice:
09/04/2021