There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Services - 487320-2017

07/12/2017    S235

Poland-Warsaw: Maritime analysis tools

2017/S 235-487320

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Border and Coast Guard Agency — Frontex
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code: PL911 Not specified
Postal code: 00-844
Country: Poland
Contact person: Frontex Procurement Team
E-mail: procurement@frontex.europa.eu
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3095
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=3095
Additional 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 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:

Maritime analysis tools.

Reference number: Frontex/RP/1187/2017/AH.
II.1.2)Main CPV code
72316000 Data analysis services
II.1.3)Type of contract
Services
II.1.4)Short description:

Frontex aims to acquire multiple access (minimum 4) to maritime analysis tools for a specific period of time (1 year). Frontex will use this access to carry out a ‘proof of concept’ to objectively understand the capacities of these maritime analytical tools (their performance, modality of use, provider support needed in the daily use, evolution and adaptability, etc.) and to measure how the analytical tool outcomes fit, in a cost-efficient way, with Frontex maritime risk analysis requirements to support multipurpose operational response.

II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: PL911 Not specified
Main site or place of performance:

Frontex premises, Warsaw, Poland.

II.2.4)Description of the procurement:

Through this procurement Frontex aims to acquire multiple access (minimum 4) to maritime analysis tools for a specific period of time (1 year). Frontex will use this access to carry out a ‘proof of concept’ to objectively understand the capacities of these maritime analytical tools (their performance, modality of use, provider support needed in the daily use, evolution and adaptability, etc.) and to measure how the analytical tool outcomes fit, in a cost-efficient way, with Frontex maritime risk analysis requirements to support multipurpose operational response.

The pilot project will be executed within 1 calendar year after the contract signature, the selected provider will deploy in Frontex premises maritime analysis tools. The provider shall ensure secure accessibility and usability of these tools by installing any necessary resources permitting that a minimum of 4 simultaneous accesses to the maritime analytical tools are available to Frontex staff at any given time.

The pilot project initiation and setup shall be started in the second quarter of 2018 followed by operational trials and assessment during 2018.

a. Contract the service provision — 2nd quarter 2018 (intended start date 1.4.2018).

b. Use the service — during 2018.

c. Evaluate results — 2nd quarter 2019.

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: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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: 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 registers
List and brief description of conditions:

A tenderer is asked to prove that they are authorised to perform the contract under the national law as evidenced by inclusion in a trade or professional register, or a sworn declaration or certificate, membership of a specific organisation, express authorisation or entry in the VAT register.

Evidence required:

The tenderer shall provide a duly filled in and signed legal entity form (see the link below) accompanied by the documents requested therein.

http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal-entities_en.cfm

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Candidates must demonstrate that they have sufficient economic and financial resources to be able to carry out the tasks specified in this contract notice.

Minimum requirements:

— average annual turnover must be equal to or greater than 2 000 000 EUR for the last 3 financial years (2014, 2015, 2016).

This evaluation shall be based on the following:

(a) a statement as to overall annual turnover during the past 3 financial years signed by the duly authorised legal representative of the company.

Minimum level(s) of standards possibly required:

As above.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The candidates shall provide information and formalities necessary for evaluating if the requirements are met:

(a) proof that candidates are authorised to perform the contract under national law, as evidenced by inclusion in a trade or professional register, or a sworn declaration or certificate, membership of a specific organization, express authorisation, or entry in the VAT register;

(b) a list of similar projects/contracts implemented in the past 3 years with a brief description, showing experience in the subject of this call for tender; the minimum required number is 3;

(c) characteristics/functionalities of the tool which they can provide:

bidders are required to fill in the relevant table inventorying the required capacity and capability to deliver the service required. Only tenderers capable of providing a tool with both mandatory and at least 1 of the optional features shall be invited to tender;

1. mandatory: your tools capture, hold and manage global reporting systems data for at least the last 5 years (i.e. worldwide reporting system information);

2. mandatory: your tools allow the users to establish rules and queries based on ship behaviour (i.e. vessel involved in transhipping at sea, vessel switch off AIS);

3. optional: your tools include access to vessels' historical data (i.e. previous year ports of call);

4. optional: your tools include the fusion of external information sources in the vessels' historical and reporting systems data (i.e. shipping companies information);

5. optional: your tools deliver analytical capabilities supported on machine learning/artificial intelligence (i.e. vessel similarity and clustering analysis supported by machine learning).

Minimum level(s) of standards possibly required:

As above.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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 participate
Date: 08/01/2018
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 01/02/2018
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 tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://www.curia.europa.eu
VI.5)Date of dispatch of this notice:
27/11/2017