Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, European Anti-Fraud Office (OLAF)
Postal address: rue de la Loi 200
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr W. Kleinegris and Ms M. Barbalau
E-mail: olaf-fmb-tenders-databases@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/anti_fraud/index_en.htm
Electronic access to information: http://ec.europa.eu/anti_fraud/olaf-and-you/calls-for-tender/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 activityGeneral public services
Other: Fight against fraud.
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:
Databases on vessel movement and cargo manifests.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Brussels (OLAF) and locations in Member States of the European Union.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 1
II.1.5)Short description of the contract or purchase(s)
Provision of access to databases with information on vessel movement and cargo manifests with worldwide coverage.
II.1.6)Common procurement vocabulary (CPV)72320000 Database 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: yes
Tenders may be submitted for one or more lots
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:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 12 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Database on vessels and vessel movements1)Short description
Provision of database access to global maritime information on commercial vessels, including but not limited to: ship details, ship movements, owners (including historic data), casualties, ports, real-time vessel tracking and vessels positions based on AIS. The database must provide comprehensive coverage of global shipping movements and vessel information, as well as functionality enabling monitoring of selected subjects (i.e. changes in key fields such as name, owner, movements, etc.) and be equipped with an active warning mechanism.
2)Common procurement vocabulary (CPV)72320000 Database services
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Database on cargo manifests1)Short description
Provision of database access to information on manifests from the highest number of the world's countries and the widest range of imports and exports possible to provide worldwide coverage. The manifest information should include but not be limited to: bill of lading number, identification of transport and voyage number, consignee, consignor, port/country of lading, departure date, port/country of destination, description of goods, container number.
2)Common procurement vocabulary (CPV)72320000 Database services
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to tender specifications and model framework contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to tender specifications and model framework contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to tender specifications and model framework contract.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Refer to tender specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Refer to tender specifications.
Minimum level(s) of standards possibly required: Refer to tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Refer to tender specifications.
Minimum level(s) of standards possibly required:
Refer to 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: no
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:
OLAF/D1/70/2015.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 21.9.2015 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate1.10.2015 - 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: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 8.10.2015 - 10:00
Place:
Front desk, rue Joseph II 30, 1000 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Not more than 1 representative per tender. The name of representative must be communicated to the contact point by e-mail no later than 7 working days before the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Mainly, but not exclusively, funds of the Hercule III programme may be allocated (legal basis: Regulation (EU) No 250/2014 of the European Parliament and of the Council of 26.2.2014).
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address: http://curia.europa.eu/jcms/jcms/Jo1_6308/
Body responsible for mediation procedures
Official name: The European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Internet address: http://ombudsman.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:29.7.2015