Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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:
Satellite Radio Frequency Emitter Detection for Situational Awareness
Reference number: Frontex/2020/0478/RP/MS
II.1.2)Main CPV code79714000 Surveillance services
II.1.3)Type of contractServices
II.1.4)Short description:
The scope of this procurement comprises the provision of geo-located radio frequency emitter detections to increase Frontex’ situational awareness primarily in the maritime domain and also over the land areas. This shall be achieved by integrating radio frequency emitter data collected by space borne platforms for the period of 365 days. This data will then be fused with other sources, e.g. image and geospatial intelligence, vessel reporting systems, etc. hence complementing the overall situational picture.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: PL911 Miasto Warszawa
Main site or place of performance:
The tasks will be mainly performed online or at the Frontex HQ in Warsaw.
II.2.4)Description of the procurement:
Frontex will conclude a single service contract with the successful tenderer following the second stage of the procedure. The contract shall cover also mentoring to understand the provided data as well as a few training days in Frontex premises. Exceptionally and without prejudice to any other Frontex procurements, this procedure is open to all natural and legal persons established in third countries.
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: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 14
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
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: 06/10/2020
Local time: 15:00
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: 4 (from the date stated for receipt of tender)
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:02/09/2020