Suministros - 348980-2015

Mostrar versión reducida

06/10/2015    S193

Italy-Ispra: Framework contract for supply of satellite remote sensing data and associated services in support to checks within the common agricultural policy (CAP) — high high resolution profile (HHR)

2015/S 193-348980

Contract award notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Joint Research Centre (JRC), Institute for Environment and Sustainability
Postal address: via Enrico Fermi 2749, TP 581
Town: Ispra VA
Postal code: 21027
Country: Italy
For the attention of: Mr David Eardley
E-mail: jrc-ies-procurement@ec.europa.eu

Internet address(es):

General address of the contracting authority: https://ec.europa.eu/jrc

Electronic access to information: http://web.jrc.ec.europa.eu/callsfortender

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
Other: Research.
I.4)Contract award on behalf of other contracting authorities
The 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
Framework contract for supply of satellite remote sensing data and associated services in support to checks within the common agricultural policy (CAP) — high high resolution profile (HHR).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Main place of delivery: JRC (Ispra, Italy) and Member State (MS) administrations.
NUTS code
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Since the control with remote sensing (CwRS) programme began some 20 years ago, the JRC has developed and implemented a process in support to DG Agriculture and Rural Development whereby satellite image data can be used to check declarations made under the common agricultural policy (CAP) concerning crop types and the areas farmed. With the growing availability of better satellite data (in terms of resolution), more efficient acquisition (more agile sensors, and an increased number of sensors) and greatly improved IT technology, these techniques are now in routine, operational use.
Key to the success is the timeliness of image supply during the growing season, maintaining an ever-increasing high level of image quality to minimise doubts or disputes during interpretation and ensuring the confidentiality of the operation.
In this context the very high resolution (VHR) profile and high resolution (HR) profile framework contracts were awarded in early 2014. In these contracts, the imagery to be collected and delivered within the required time specifications is defined as so-called sensor-independent ‘profiles’. The high resolution (HR) image, and very high resolution (VHR) image ‘profiles’ have clearly defined specifications (e.g. on spatial resolution, spectral bands, geometric accuracy, elevation angle, processing levels, etc.) fitting the CAP CwRS programme and land parcel identification system (LPIS) quality assurance. The JRC now aims to increase image quality with the addition of a new profile in the HR domain explicitly asked for by the EU MS administrations to comply with the new CAP ‘greening’ legislation starting in 2015.
The new profile will be called high high resolution, abbreviated to HHR profile, and has main characteristics of ≤ 3 metres ground sampling distance (GSD) in the panchromatic band, and ≤ 12 metres in the multispectral domain.
An example profile may therefore have the following characteristics:
— description: bundle (i.e. pan plus multispectral bands),
— spatial resolution: pan GSD ≤ 3 m, multispectral GSD ≤ 12 m (where GSD = ground sampling distance),
— radiometric resolution and bands: minimum 8 bit/pixel, at least multispectral 4 bands including B, G, R, NIR (where NIR = near infrared),
— absolute geometric accuracy achievable in orthorectification: RMSE, x, y ≤ 1,5 x GSD (where RMSE = root mean square error),
— elevation angle at acquisition: 50–90 deg.,
— cloud cover threshold categories over AOI: ≤ 1 % validated, ≤ 5 % proposed, ≤ 20 % retained, archive,
— delivery specification is within 6 days of order.
Management of image acquisition (i.e. to cover the correct areas at the correct times of the growing season) is currently undertaken by the 2 existing contractors under the supervision and quality control (QC) of the JRC. The contractor for the supplies and related services under this call will have to follow the same workflow management, in coordination with the other contractors. The supplier will be asked to manage the HHR image acquisition activities necessary after the control zone and window period definition all the way to the final image delivery in compliance with the specifications set up.
Those activities will include e.g. feasibility assessment, interfacing with stakeholders, final scenario approval, image acquisition, QC and image validation, delivery, archive upload, and reporting, etc. The start date of the contract is currently foreseen to be early spring 2015 in order to start management of the second phase of image acquisition for the 2015 campaign.
The contract shall be for 24 months renewable once under the same conditions.
II.1.5)Common procurement vocabulary (CPV)

35631200 Observation satellites, 32533000 Satellite earth stations, 32531000 Satellite communications equipment, 35631100 Communication satellites, 32534000 Satellite platforms, 34712200 Satellites

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 5 700 000 EUR
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Award of a contract without prior publication of a contract notice in the Official Journal of the European Union (in the cases listed in Section 2 of Annex D1)
Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU):
Directive 2004/18/EC

1) Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with Directive 2004/18/EC

No tenders or no suitable tenders in response to: open procedure
All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria.
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Price. Weighting 70
2. Technical quality. Weighting 30
IV.2.2)Information about electronic auction
An electronic auction has been used: yes
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
JRC/IPR/2014/H.6/0029/OC.
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2014/S 247-435308 of 23.12.2014

Section V: Award of contract

V.1)Date of contract award decision:
V.2)Information about offers
Number of offers received: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Official name: Airbus DS Geo SA
Postal address: 5 rue des Satellites
Town: Toulouse
Postal code: 31400
Country: France
Internet address: http://www.geo-airbusds.com/

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 5 700 000 EUR
Excluding VAT
Total final value of the contract:
Value: 5 700 000 EUR
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
This notice is published in accordance with Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012, Article 123(4). The contracting authority shall not sign the contract or framework contract, covered by Directive 2004/18/EC of the European Parliament and of the Council, with the successful tenderer until 14 calendar days have elapsed, running from the day after the notice has been published.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1.

If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal.

Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.3.1.
VI.3.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/

VI.4)Date of dispatch of this notice:
24.9.2015