Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Mobility and Transport, Directorate A — Policy Coordination and Security
Postal address: rue Jean-André Demot 28
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Ms F. Coletto
E-mail: move-tender-a4@ec.europa.eu
Telephone: +32 22956575
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/transport/tenders/index_en.htm
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 activityOther: Maritime transport security.
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:
Study on cruise ship security.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Cruise ships and cruise terminals can represent high-prestige symbolic targets for terrorists with serious repercussions. Firstly, the cruise ships carry a large number of people in a confined single space (which maximises the casualties) and secondly they are also reflecting the western materialism way of life. Pursuant to the ISPS code (international ship and port facility security code) annexed to Regulation (EC) No 725/2004 which intends to provide a basis for the harmonised interpretation and implementation of the SOLAS special measures to enhance maritime security, cruise ship companies and cruise port facility operators must develop and implement security plans that address vulnerabilities identified in their security assessments.
Based on a representative sample of cruise lines (from those operating the larger cruise ships to those managing luxury yachts) and of cruise terminals in the ports of call and the ports of embarkation of passengers, the study will:
(1) provide a comparative analysis of the security requirements for cruise ships when operating in the Caribbean region and when operating in Europe. The main differences should be highlighted and explained;
(2) analyse the sharing of responsibilities between the cruise ship and the port facility, in at least 20 significant cruise ports, taking into account the differences between the ports-of-call and the places of embarking/disembarking passengers and crew;
(3) identify the potential vulnerabilities resulting from risk assessments carried out by the cruise operators (ship and port facility) and show to what extent the security measures prescribed to mitigate the potential risks are implemented in practice.
II.1.6)Common procurement vocabulary (CPV)73210000 Research consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated value excluding VAT: 200 000 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 completionDuration in months: 18 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Terms of payment are included in the the tender documents and are those in force for service contracts at the European Commission.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The tenderer's identification form in Annex 1 shall be filled in and signed by:
* the tenderer (including any member of a consortium or grouping),
* subcontractor(s) whose share of the work represents more than 20 % of the contract.
In order to prove their legal capacity and their status, all tenderers (including any member of a consortium or grouping) must provide a signed legal entity form with its supporting evidence. The form is available on:
http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal_entities_en.cfm
Tenderers that are already registered in the contracting authority's accounting system (i.e. they have already been direct contractors) must provide the form but are not obliged to provide the supporting evidence.
If it has not been included with the legal entity form, tenderers must provide the following information:
— for legal persons, a legible copy of the notice of appointment of the persons authorised to represent the tenderer in dealings with third parties and in legal proceedings, or a copy of the publication of such appointment if the legislation which applies to the legal entity concerned requires such publication. Any delegation of this authorisation to another representative not indicated in the official appointment must be evidenced,
— for natural persons, where applicable, a proof of registration on a professional or trade register or any other official document showing the registration number.
The tenderer (only the leader in case of joint tender) must provide a financial identification form and supporting documents. The form is available on: http://ec.europa.eu/budget/contracts_grants/info_contracts/index_en.cfm
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As specified in the tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As specified in the tender specifications.
Minimum level(s) of standards possibly required:
As specified in the tender specifications.
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 serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate30.7.2014 - 16:00
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 19.8.2014
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Each tenderer may be represented by not more than 1 person.
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 VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:26.5.2014