Belgium-Brussels: EU SatCom Market Provision of C, Ku, (civ)Ka and L Bands Satellite Communication Capability
2019/S 148-363135
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Joint Procurement Agreement 14.CPS.JP.01 for EU SatCom Market
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
EU SatCom Market Provision of C, Ku, (civ)Ka and L Bands Satellite Communication Capability
Reference number: 19.ISE.JP.030
II.1.2)Main CPV code64200000 Telecommunications services
II.1.3)Type of contractServices
II.1.4)Short description:
The aim of the Agency’s ‘EU Satellite Communication Market project’ is to provide commercially available satellite communications as well as ancillary services and supplies (e. g. feasibility studies, maintenance, leasing or supply of earth stations, SatCom terminals, anchoring, backhauling, commercial crypto solutions).
II.1.5)Estimated total valueValue excluding VAT: 45 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)32530000 Satellite-related communications equipment
32531000 Satellite communications equipment
32532000 Satellite dishes
32533000 Satellite earth stations
32534000 Satellite platforms
34700000 Aircraft and spacecraft
34712200 Satellites
35631100 Communication satellites
45314000 Installation of telecommunications equipment
50333000 Maintenance services of radio-communications equipment
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The place of performance of the tasks shall be the contractor's premises. Meetings shall normally be held at EDA premises, unless otherwise indicated or agreed between the 2 parties.
II.2.4)Description of the procurement:
Please refer to the tender documents, available at the e-tendering address specified above under Section I.3) ‘Communication’.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Project management / Weighting: 32
Quality criterion - Name: Services catalogue / Weighting: 50
Quality criterion - Name: Scenarios / Weighting: 8
Quality criterion - Name: Coverage of optional requirements set out in this call for tenders / Weighting: 10
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 45 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See internet address provided in Section I.3.
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 participateDate: 21/10/2019
Local time: 17:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 22/10/2019
Local time: 10:30
Place:
European Defence Agency (EDA)
rue des Drapiers 17-23
B-1050 Brussels, BELGIUM.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:26/07/2019