Supplies - 400279-2018

14/09/2018    S177

Italy-Ispra: Framework contract for Copernicus Emergency Management Service — Rapid Mapping

2018/S 177-400279

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, JRC — Joint Research Centre, JRC.E — Space, Security and Migration (Ispra), JRC.E.1 — Disaster Risk Management
Postal address: Via Enrico Fermi 2749
Town: Ispra (VA)
NUTS code: ITC41 Varese
Postal code: I-21027
Country: Italy
Contact person: Tatjana Tavcar
E-mail: jrc-ispra-dir-e-procurement@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/jrc/
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=3979
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=3979
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
General public services

Section II: Object

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

Framework contract for Copernicus Emergency Management Service — Rapid Mapping

Reference number: JRC/IPR/2018/E.1/0016/OC
II.1.2)Main CPV code
72319000 Data supply services
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The Copernicus Emergency Management Service (CEMS) is one of the six core services offered by Copernicus. It is intended as an operational service provided to the users active in the field of disaster management in the EU Member States, the European Civil Protection Mechanism, the Commission’s Directorates General (DGs), the participating Executive Agencies, and international actors in humanitarian aid. The contract refers to the Rapid Mapping module of the CEMS Mapping component. It consists of the on-demand provision of geo-spatial information within hours in support to emergency management activities following an emergency event. In rapid mode, the service is based on the acquisition, processing and analysis of satellite imagery and other geo-spatial raster and vector data sources. The products are standardised maps and vector files with a set of parameters the user can choose when requesting the service.

II.1.5)Estimated total value
Value excluding VAT: 27 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72319000 Data supply services
71354100 Digital mapping services
71354200 Aerial mapping services
72316000 Data analysis services
II.2.3)Place of performance
NUTS code: ITC41 Varese
Main site or place of performance:

Via Enrico Fermi 2749, I-21027 Ispra (VA), IT, other European Commission's premises and contractor's place.

II.2.4)Description of the procurement:

Framework contract for Copernicus Emergency Management Service — Rapid Mapping.

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: 27 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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: yes
Identification of the project:

See Internet address provided in Section I.3.

II.2.14)Additional information

See Internet address provided in Section I.3.

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:

See Internet address provided in Section I.3.

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.2.2)Contract performance conditions:

See Internet address provided in Section I.3.

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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:

See Internet address provided in Section I.3.

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 142-323820
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/10/2018
Local time: 12:00
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, Bulgarian, Czech, Danish, German, Greek, 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 25/10/2018
Local time: 11:00
Place:

Via Enrico Fermi 2749,I-21027 Ispra (VA), IT

Information about authorised persons and opening procedure:

See Internet address provided in Section I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Every four years.

VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

See Internet address provided in Section I.3.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
07/09/2018