Legal Basis:
Directive 2014/24/EU
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
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Coastal surveillance aerostats — deployment and trial.
Reference number: Frontex/OP/1048/2017/JL.
II.1.2)Main CPV code35120000 Surveillance and security systems and devices
II.1.3)Type of contractServices
II.1.4)Short description:
The procurement defined in this document consists of the delivery by 2 different providers of 2 sets of surveillance aerostats, data transmission, payload control and the necessary expertise to deploy and manage them. These 2 systems will be used for the execution of a pilot project to test, compare, and evaluate different surveillance aerostat. The deployment, test, and evaluation will be carried out in 2 fixed points of the coast of 1 EU Member State, over a specified time-line.
II.1.5)Estimated total valueValue excluding VAT: 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:
Surveillance aerostat with IR/EO camera
Lot No: 1
II.2.2)Additional CPV code(s)35120000 Surveillance and security systems and devices
II.2.3)Place of performanceNUTS code: EL Not specified
Main site or place of performance:
North coast of the Greek island of Lesvos.
II.2.4)Description of the procurement:
Lot 1 refers to surveillance aerostat with camera. During the pilot project, the 2 selected providers will deploy their respective aerostat and will persistently transfer the information captured by the aerostat payload to the Local Coordination Centre. At the Local Coordination Centre the staff from the host border authorities, properly trained and supported by the provider, will manage the payload and will be able to further distribute the information captured.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 15
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
II.2)Description
II.2.1)Title:
Surveillance aerostat with IR/EO camera and a radar
Lot No: 2
II.2.2)Additional CPV code(s)35120000 Surveillance and security systems and devices
II.2.3)Place of performanceNUTS code: EL Not specified
Main site or place of performance:
North coast of the Greek island of Lesvos.
II.2.4)Description of the procurement:
Lot 2 refers to surveillance aerostat with camera and radar. During the pilot project, the 2 selected providers will deploy their respective aerostat and will persistently transfer the information captured by the aerostat payload to the Local Coordination Centre. At the Local Coordination Centre the staff from the host border authorities, properly trained and supported by the provider, will manage the payload and will be able to further distribute the information captured.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 15
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‘s legal capacity will be evaluated using the following criteria:
A tenderer is asked to prove that it is authorised to perform the contract under its national law.
Evidence required:
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 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 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: 12/01/2018
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: 19/01/2018
Local time: 11:00
Place:
Frontex headquarters, Plac Europejski 6, 00-844 Warsaw, POLAND.
Information about authorised persons and opening procedure:
Tenderers' representatives are welcome (max. 1 person per tenderer). Please inform Frontex via e-mail: 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:16/11/2017