Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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:
PL911 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 abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Maritime Surveillance Aerostat two Technology Pilot
Reference number: Frontex/OP/612/2020/JL
II.1.2)Main CPV code79714000 Surveillance services
II.1.3)Type of contractServices
II.1.4)Short description:
The global objective of this tender is to lease two surveillance aerostats to carry out a second pilot project, supported by a host Member State: Greece, aiming to assess the capacity and cost efficiency of aerostats performing maritime surveillance in an operational environment. The scope of the tender is then to establish a service contract to deploy, operate and assess for a period of minimum of 4 months and maximum of 6 months two surveillance aerostats, including in the contract the provision of the equipment and experts to conduct the trial.
II.1.5)Estimated total valueValue excluding VAT: 3 010 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: EL ΕΛΛΑΔΑ
Main site or place of performance:
II.2.4)Description of the procurement:
The global objective of this tender is to lease two surveillance aerostats to carry out a second pilot project, supported by a host Member State: Greece, aiming to assess the capacity and cost efficiency of aerostats performing maritime surveillance in an operational environment. The scope of the tender is then to establish a service contract to deploy, operate and assess for a period of minimum of 4 months and maximum of 6 months two surveillance aerostats, including in the contract the provision of the equipment and experts to conduct the trial.
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: 3 010 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
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 enroll in such a register for reasons of his statute or legal status, an explanation should be provided.
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.2.3)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 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: 14:00
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: 08/10/2020
Local time: 11:00
Place:
Frontex premises at Plac Europejski 6 in Warsaw, POLAND.
Information about authorised persons and opening procedure:
Tenderer’s representatives are welcome, however, maximum one representative per tenderer may attend the opening session. Please inform Frontex via email: procurement@frontex.europa.eu about your planned 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.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff or in absence thereof, of the day on which it came to the knowledge.
VI.5)Date of dispatch of this notice:04/09/2020