Services - 344788-2016

05/10/2016    S192

Greece-Heraklion: Supporting critical information infrastructures protection activities

2016/S 192-344788

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Agency for Network and Information Security
Postal address: PO Box 1309
Town: Heraklion
NUTS code: GR300 Attiki
Postal code: GR 710 01
Country: Greece
Contact person: Procurement Officer
E-mail: procurement@enisa.europa.eu
Telephone: +30 2814409710
Fax: +30 2810391410
Internet address(es):
Main address: http://www.enisa.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=1927
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1927
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
Other activity: Network information security.

Section II: Object

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

Supporting critical information infrastructures protection activities.

Reference number: ENISA F-COD-16-T32.
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

ENISA seeks to contract the services of a minimum of 2 and maximum of 5 service providers which can provide support in the field of critical information infrastructures protection. The successful bidders should be able to demonstrate significant experience and skills in the area of CIIP, with emphasis on the aspects dealt with in the annual ENISA work programme. Due to the diverse nature of the services requested, collaboration with other entities via subcontracting and/or consortium/ad hoc groupings is encouraged.

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.2.2)Additional CPV code(s)
73200000 Research and development consultancy services
II.2.3)Place of performance
NUTS code: GR30 Attiki
Main site or place of performance:

Mainly at contractor's premises.

II.2.4)Description of the procurement:

Various specific contracts based on the annual ENISA work programme specifically in the area of critical information infrastructures protection will be concluded with the successful framework contractors based on the ‘reopening of competition’ procedure. An estimated 400 000 EUR will be made available over the maximum 2,25-year period.

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: 15
This contract is subject to renewal: yes
Description of renewals:

Can be renewed for 1 further period of 12 months.

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

As per tender documentation.

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.2.3)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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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: 04/11/2016
Local time: 18:00
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:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/11/2016
Local time: 10:00
Place:

ENISA, Vasilissis Sofias Street 1, 151 24 Maroussi, Attiki, GREECE.

Information about authorised persons and opening procedure:

A maximum of 1 legal representative per participating tenderer may attend the opening session. Tenderers shall inform the Agency in writing, via e-mail, of their intention to attend, at least 3 working days prior to the opening session.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer, Kirchberg
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2600
VI.4.2)Body responsible for mediation procedures
Official name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
VI.5)Date of dispatch of this notice:
23/09/2016