Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Frontex — European Border and Coast Guard Agency
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code:
PL127 Miasto WarszawaPostal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euTelephone: +48 222059500
Fax: +48 222059501
Internet address(es): Main address:
www.frontex.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: Frontex — European Border and Coast Guard Agency
Postal address: Plac Europejski 6
Town: Warsaw
Postal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euNUTS code:
PL127 Miasto WarszawaInternet address(es): Main address:
http://frontex.europa.eu/ 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:
Trial of remotely piloted aircraft system (RPAS) for maritime aerial surveillance.
Reference number: Frontex/OP/694/2016/JL.
II.1.2)Main CPV code60440000 Aerial and related services
II.1.3)Type of contractServices
II.1.4)Short description:
Frontex seeks to acquire 8 blocks, of 100 hours each block, of maritime border surveillance services, out of which 2 blocks could be requested simultaneously, from the same deployment airport, and 2 blocks could be requested consecutively. This service is to be carried out with a MALE RPAS in areas of the Mediterranean Sea designated by Frontex within the time-frame of Q4 2016–Q1 2017.
II.1.5)Estimated total valueValue excluding VAT: 5 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: GR ELLADA
Main site or place of performance:
2 deployment airports would be in Greece and SDA will be the eastern and central Mediterranean (flight mission execution could cover areas of eastern Mediterranean and central Mediterranean).
II.2.4)Description of the procurement:
With this contract Frontex seeks to acquire maritime aerial border surveillance services to be performed in specific maritime areas of the Mediterranean Sea along Q4 2016–Q1 2017. The services offered shall include the provision of a RPAS platform, payload, communication equipment, and all the necessary experts managing the system and providing operational support.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 5 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 8
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
The tenderer must be registered in a relevant commercial or trade register. Evidence of that must be provided by submission of a certificate of professional or commercial registration imposed by the country in which the tenderer is established. If the tenderer is not required or permitted to enrol in such a register for reasons of his statute or legal status, an explanation should be provided.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The tenderer must be in a stable financial position and have the economic and financial capacity to perform the contract.
Minimum level(s) of standards possibly required:
The tenderer must prove its financial reliability for the past 3 financial years: 2013, 2014, 2015. Evidence of that must be provided by submission of relevant balance sheets (provided that the publication of balance sheets is stipulated by the legislation on firms in the country where the tenderer is established), which show the obtained tenderer's financial balance for each of the last 3 years. If the tenderer is not required to publish its balance sheets, an explanation should be provided.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The tenderer‘s technical and professional capacity will be evaluated using the following criteria:
— the tenderer must have at least 3 years' experience in providing similar equipment/services,
— the tenderer must be able to provide a team of experts matching the requirements specified in the terms of reference,
— the tenderer must demonstrate its technical ability to provide all the services and products required in this call for tenders.
Minimum level(s) of standards possibly required:
The following documents or information shall be presented as evidence of compliance with the technical and professional capacity criteria:
— evidence of experience must be provided by submission of a list of contracts performed or deliveries executed in the years 2013, 2014 and 2015, indicating dates and recipients. The proper performance of the contracts listed therein shall be documented in a form of a reference letter issued and signed by the authorised person of the particular tenderer's client. At least 2 such reference letters are required to be submitted within the offer,
— evidence of team capacity must be provided by submission of the CVs of the proposed personnel. The CVs should include certification of assigned crews (flight, mission, maintenance) for particular RPAS operation as well as flight operating experience, sensor operating experience and maintenance experience on particular RPAS and sensors. For all proposed contract staff dealing with managing data collected by the platform, the EU confidential clearance or equivalent (evidence to be provided in proposed staff CVs) is required,
— evidence of technical ability must be provided by submission of a detailed description of the technical equipment and material available to the tenderer for the provision of the services and products required by this call for tenders. This description should include RPASs, payload combinations, communication options, and mission support capabilities.
III.2)Conditions related to the contract
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
Accelerated procedure
Justification:
Frontex needs to complement the surveillance assets already in place in joint operations and the pre-frontier areas for the last quarter of 2016 and the first quarter of 2017 allowing effective permanent monitoring of the maritime borders in view of the unpredictable future trends. Frontex also needs to assess and evaluate the remotely piloted surveillance aircraft in terms of its capability to deliver high endurance maritime border surveillance services in a reliable, regular and cost-effective way. Frontex aims to assess, as a given task in the European Union Coast Guard pilot project, the sharing of MALE RPAS deployed in ‘multipurpose, multi-agency mission’ for maritime border surveillance in the context of a real operation.
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 18/11/2016
Local time: 16:00
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:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 24/11/2016
Local time: 11:00
Place:
Frontex HQ, Warsaw, Poland.
Information about authorised persons and opening procedure:
Tenderers' representatives are welcome (maximum 1 person per tenderer). Please inform Frontex in advance via e-mail addressed to: procurement@frontex.europa.eu about your participation.
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:17/10/2016