Legal Basis:
Directive 2014/24/EU
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 following address:
Official name: Frontex — European Boarder and Coast Guard Agency
Postal address: Plac Europejski 6
Town: Warsaw
Postal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euNUTS code:
PL911 Miasto WarszawaInternet address(es): Main address:
http://frontex.europa.eu/ 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:
Remotely Piloted Aircraft Systems (RPAS) for Medium Altitude Long Endurance Maritime Aerial Surveillance
Reference number: FRONTEX/OP/888/2019/JL/CG
II.1.2)Main CPV code60440000 Aerial and related services
II.1.3)Type of contractServices
II.1.4)Short description:
Frontex is looking to acquire aerial surveillance services by the means of Medium Altitude Long Endurance Remotely Piloted Aircraft System (MALE RPAS) for maritime purposes. The service will be delivered in Greece and/or in Italy and/or in Malta within a framework contract signed between Frontex and the contractor. The aerial surveillance service shall include reliable close to real time live data streaming and data sharing capacity in the requested formats. Frontex is looking for a complete service providing all the necessary technical and human resources, including obtaining the applicable permissions and certificates.
II.1.5)Estimated total valueValue excluding VAT: 50 000 000.00 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
NUTS code: IT ITALIA
NUTS code: MT MALTA
Main site or place of performance:
Greece and/or Italy and/or Malta.
II.2.4)Description of the procurement:
The subject of the contract is to establish multiple framework contract for Maritime Aerial Surveillance services with Remotely Piloted Aircraft Systems for long endurance, providing of information via Remote Mission Portal and sharing of compiled operational picture and/or raw data (the data transmission requirements will be defined in the Specific Orders). Frontex intends to award the framework contract to maximum three (3) contractors, rating them in ‘cascade’ (1st, 2nd, 3rd) order, provided that there is a sufficient number of economic operators that satisfy the selection criteria and a sufficient number of admissible tenders which meet the award criteria. Nevertheless, if there is only one tender satisfying all minimum requirements, Frontex may decide to cancel the procedure or sign a single FWC instead of a cascade.
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: 50 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework contract is to be renewed maximum 2 times, each time for a period of one (1) year and on the same conditions. In case one of the parties does not wish to extend the framework contract it shall inform the other party in writing, no later than 3 months before the end of the ongoing framework contract duration. Renewal does not change or postpone any existing obligations.
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
This procurement procedure is open on equal terms to any natural or legal person wishing to bid for the assignment. Exceptionally in this procedure, bids from economic operators from third countries will also be accepted. Participation in this call for tenders is open as well to international organisations.
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 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
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 14/11/2019
Local time: 17:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 22/11/2019
Local time: 11:00
Place:
Frontex HQ, Warsaw, POLAND.
Information about authorised persons and opening procedure:
Tenderer’s representatives are welcome (maximum one representative per tenderer). 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:
An informative meeting, for the purpose of answering questions from potential tenderers and for providing clarifications, is planned to be organised at Frontex premises, in Warsaw, during the second or third week after the publication of the contract notice. Detailed information of the date and time of the informative meeting will be published on the Agency’s website (https://frontex.europa.eu/aboutfrontex/procurement/open-restricted-tender-procedures/) as well as in relevant tender documentation available on e-Tendering website. Representatives of the prospective tenderers (maximum 2 per tenderer) are requested to inform Frontex (by sending an email to procurement@frontex.europa.eu) about their planned participation up to 3 calendar days before the scheduled meeting. The list of questions and answers from the informative meeting will be published on the relevant e-Tendering website 6 working days before the deadline for submission of offers at the latest.
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:07/10/2019