Servizi - 51012-2018

03/02/2018    S24

Portugal-Lisbon: Research and experimental development services

2018/S 024-051012

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Directorate General for Maritime Policy (DGPM)
National registration number: PT600084795
Postal address: rua Alfredo Magalhães Ramalho, 6
Town: Lisbon
NUTS code: PT170 Not specified
Postal code: 1495-006
Country: Portugal
Contact person: Sandra Silva
E-mail: marine_eo@dgpm.mm.gov.pt
Telephone: +35 1218291001
Internet address(es):
Main address: https://www.marine-eo.eu/
Address of the buyer profile: https://www.dgpm.mm.gov.pt/marine-eo
I.1)Name and addresses
Official name: Ministerio del interior (GUCI)
National registration number: ESS2816003D
Postal address: Calle Guzmán el Bueno 110
Town: Madrid
NUTS code: ES300 Madrid
Postal code: 28003
Country: Spain
Contact person: Beatriz Gómez Miguel
E-mail: bgmiguel@guardiacivil.es
Telephone: +34 91514600
Internet address(es):
Main address: https://www.marine-eo.eu/
Address of the buyer profile: http://www.guardiacivil.es/es/index.html
I.1)Name and addresses
Official name: Hellenic centre for marine research (HCMR)
National registration number: EL999355106
Postal address: Leoforos Athens Sounio, 46,7 km
Town: Anavyssos Attiki
NUTS code: EL305 Not specified
Postal code: 190 13
Country: Greece
Contact person: Ioanna Varkitzi
E-mail: ioanna@hcmr.gr
Telephone: +30 2291076403
Internet address(es):
Main address: https://www.marine-eo.eu/
Address of the buyer profile: www.hcmr.gr
I.1)Name and addresses
Official name: Fundo regional para a ciencia e tecnologia (FRCT)
National registration number: PT 512069794
Postal address: rua do Mercado, 21
Town: Ponta Delgada
NUTS code: PT200 Região Autónoma dos Açores
Postal code: 9500-326
Country: Portugal
Contact person: Fábio Vieira
E-mail: fabio.al.vieira@azores.gov.pt
Telephone: +351 969709668
Internet address(es):
Main address: https://www.marine-eo.eu/
Address of the buyer profile: http://www.azores.gov.pt/Portal/pt/entidades/srmct-frct/
I.1)Name and addresses
Official name: Norwegian Coastal Administration (NCA)
National registration number: NO970552626MVA
Postal address: Flathauggata 12
Town: Haugesund
NUTS code: NO043 Rogaland
Postal code: 5523
Country: Norway
Contact person: Ulrich Tagne
E-mail: ulrich.tagne@kystverket.no
Telephone: +47 52733235
Internet address(es):
Main address: https://www.marine-eo.eu/
Address of the buyer profile: http://www.kystverket.no
I.2)Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

This PCP is carried out by DGPM appointed as lead procurer to coordinate and lead the joint procurement in the name and on behalf of the buyers group. Portuguese procurement law is applicable.

I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://marine-eo.eu/call-tender
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.dgpm.mm.gov.pt/marine-eo
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: Maritime environment, surveillance and security

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Pre-commercial procurement (PCP) to buy R&D services to bridge innovative downstream Earth observation and copernicus enabled services for integrated maritime environment, surveillance and security

II.1.2)Main CPV code
73100000 Research and experimental development services
II.1.3)Type of contract
Services
II.1.4)Short description:

The aim of Marine-EO procurement is to develop, test and validate a bundle of innovative EO downstream services bringing incremental or radical innovations in the field of maritime awareness leveraging on the existing Copernicus services (i.e. CMEMS, Security) and other products from the Copernicus portfolio. In addition, a series of “support” services will standardize the way that EO is used for maritime awareness with regards to operational, technological, semantic and legal interoperability issues. The Marine-EO procurement seeks to cover the sea-basins of Mediterranean, Atlantic, and Arctic, by adapting Copernicus data and information in order to meet the demand of the buyers group. The innovative EO downstream services are divided in 2 thematic areas:

(i) Thematic Area 1: copernicus marine environment monitoring and climate change (SATOCEAN service);

(ii) Thematic Area 2: copernicus security (satsurveillance service).

II.1.5)Estimated total value
Value excluding VAT: 2 769 106.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Copernicus marine environment monitoring and climate change: SATOCEAN

Lot No: 1
II.2.2)Additional CPV code(s)
73100000 Research and experimental development services
22114300 Maps
32534000 Satellite platforms
35631200 Observation satellites
60651300 Anti-pollution ship services
71354100 Digital mapping services
71354200 Aerial mapping services
71354500 Marine survey services
72310000 Data-processing services
71354000 Map-making services
72316000 Data analysis services
72319000 Data supply services
73000000 Research and development services and related consultancy services
73112000 Marine research services
75000000 Administration, defence and social security services
90733000 Services related to water pollution
90741000 Services related to oil pollution
90741100 Oil spillage monitoring services
II.2.3)Place of performance
NUTS code: PT PORTUGAL
NUTS code: ES ESPAÑA
NUTS code: EL Not specified
NUTS code: NO NORGE
Main site or place of performance:

At least 50 % of the contracted R&D services in EU Member States or Horizon 2020 associated countries.

II.2.4)Description of the procurement:

The procurement will take the form of a pre-commercial procurement (PCP) under which R&D service contracts will be awarded to a number of R&D providers in parallel in a phased approach. This will make it possible to compare competing alternative solutions.

Each selected operator will be awarded a framework agreement that covers 3 R&D phases.

The 3 phases are:

— R&D up to solution design,

— R&D up to a prototype,

— R&D up to original development, validation and testing of a limited set of first products or services.

After each phase, intermediate evaluations will be carried out to progressively select the best of the competing solutions. The contractors with the best-value-for-money solutions will be offered a specific contract for the next phase.

The phased approach with parallel contracts and intermediate evaluations will be followed within each lot.

Testing is expected to take place in different AOIs will cover participating countries, according to the specifications presented in TD2. This testing may also serve as a first customer test reference for the contractors. The procurement is expected to start in 18.6.2018 and end in 15.10.2020.

The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate during the PCP and will be able to use them to exploit the full market potential of the developed solutions i.e. beyond the procurers.

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: 1 550 699.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/06/2018
End: 15/10/2020
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: yes
Identification of the project: This procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No730098 – MARINE-EO (see https://www.marine-eo.eu/)
II.2.14)Additional information

The EU has given a grant for this procurement but is not participating as a contracting authority. This procurement is exempted from the GPA, the EU public procurement directives and the national laws that implement them because procurement of R&D services where the benefits do not accrue exclusively to the contracting authority for its use in the conduct of its own affairs.

II.2)Description
II.2.1)Title:

Copernicus Security: SATSURVEILLANCE

Lot No: 2
II.2.2)Additional CPV code(s)
73100000 Research and experimental development services
22114300 Maps
32534000 Satellite platforms
32533000 Satellite earth stations
34712200 Satellites
35631200 Observation satellites
63724000 Navigation services
63726200 Ice-breaking services
64200000 Telecommunications services
64216110 Electronic data exchange services
64216210 Value-added information services
71354000 Map-making services
71354100 Digital mapping services
71354200 Aerial mapping services
71354500 Marine survey services
72310000 Data-processing services
72316000 Data analysis services
73112000 Marine research services
72319000 Data supply services
75000000 Administration, defence and social security services
79714000 Surveillance services
63712710 Traffic monitoring services
II.2.3)Place of performance
NUTS code: EL Not specified
NUTS code: ES ESPAÑA
NUTS code: PT PORTUGAL
NUTS code: NO NORGE
Main site or place of performance:

At least 50 % of the contracted R&D services in EU Member States or Horizon 2020 associated countries.

II.2.4)Description of the procurement:

The procurement will take the form of a pre-commercial procurement (PCP) under which R&D service contracts will be awarded to a number of R&D providers in parallel in a phased approach. This will make it possible to compare competing alternative solutions.

Each selected operator will be awarded a framework agreement that covers 3 R&D phases.

The 3 phases are:

— R&D up to solution design,

— R&D up to a prototype,

— R&D up to original development, validation and testing of a limited set of first products or services.

After each phase, intermediate evaluations will be carried out to progressively select the best of the competing solutions. The contractors with the best-value-for-money solutions will be offered a specific contract for the next phase.

The phased approach with parallel contracts and intermediate evaluations will be followed within each lot.

Testing is expected to take place in specific ports around 2 areas (Gulf of Cadiz and Alboran Sea) and North Coast of Africa are considered test areas. This testing may also serve as a first customer test reference for the contractors. The procurement is expected to start in 18.6.2018 and end in 15.10.2020.

The selected operators will retain ownership of the intellectual property rights (IPRs) that they generate during the PCP and will be able to use them to exploit the full market potential of the developed solutions i.e. beyond the procurers.

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: 1 218 406.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/06/2018
End: 15/10/2020
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: yes
Identification of the project: This procurement receives funding from the European Union’s Horizon 2020 Research and Innovation Programme, under grant agreement No730098 – MARINE-EO (see https://www.marine-eo.eu/)
II.2.14)Additional information

The EU has given a grant for this procurement but is not participating as a contracting authority. This procurement is exempted from the GPA, the EU public procurement directives and the national laws that implement them because procurement of R&D services where the benefits do not accrue exclusively to the contracting authority for its use in the conduct of its own affairs.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

Please see Tender Document 3 (TD3) – Tender Forms.

Minimum level(s) of standards possibly required:

Tender Document 3 (TD3) – Tender Forms.

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

Tender Document 3 (TD3) – Tender Forms.

Minimum level(s) of standards possibly required:

Tender Document 3 (TD3) – Tender Forms.

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 087-170832
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 09/04/2018
Local time: 23:59
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:
English
IV.2.7)Conditions for opening of tenders
Date: 10/05/2018
Local time: 12:00
Information about authorised persons and opening procedure:

The authorized persons for the opening tenders procedure shall be appointed by the Contracting Authority (DGPM) in consonance with the members of the Buyers Group and before the date for submission of proposals. The open procedure is detailed on TD1 – Request for Tender document part of the procurement process.

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: Directorate General for Maritime Policy
Postal address: rua Alfredo Magalhães Ramalho, 6
Town: Lisbon
Postal code: 1495-006
Country: Portugal
E-mail: marine_eo@dgpm.mm.gov.pt
Telephone: +35 1218291001
Internet address: http://www.dgpm.mm.gov
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The procurement is exempted from the EU public procurement directives (including the EU procurement remedies Directives 89/665/EEC and 92/13/EEC — see above) and the national laws that implement them.

Publication of this notice in the Official Journal is not to be understood as a waiver of this exemption by the contracting authority. The deadlines for the review procedures at the bodies for review mentioned in IV.4.1) are: [As per EU Procurement Directive].

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Directorate General for Maritime Policy
Postal address: rua Alfredo Magalhães Ramalho, 6
Town: Lisbon
Postal code: 1495-006
Country: Portugal
E-mail: marine_eo@dgpm.mm.gov.pt
Telephone: +35 1218291001
Internet address: http://www.dgpm.mm.gov
VI.5)Date of dispatch of this notice:
01/02/2018