Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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 activityOther activity: Union Space Programme as established by the Regulation (EU) 2021/696
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: EUSPA/OP/11/21
II.1.2)Main CPV code38112100 Global navigation and positioning systems (GPS or equivalent)
II.1.3)Type of contractSupplies
II.1.4)Short description:
Design, development, delivery, installation, integration and validation of the PKI System (one for operational activity and one for validation activity) and 12-month warranty and maintenance services starting from the acceptance of such system.
II.1.5)Estimated total valueValue excluding VAT: 2 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: CZ01 Praha
Main site or place of performance:
NUTS code refers to the EUSPA Headquarters in Prague, Czech Republic, however the development tasks for the equipment shall take place at the contractor’s premises.
II.2.4)Description of the procurement:
The general aim of the contract to be signed as a result of this procurement is to supply a turn-key solution, and the elements needed, in order to allow EUSPA to act and operate as Root Certification Authority (RCA) and as Subsidiary Certification Authority (SCA) of a EUSPA PKI (Public Key Infrastructure) in support of Galileo Open Service Navigation Message Authentication (OS-NMA) service provisioning.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality and credibility of the proposed schedule and management approach for the delivery of the PKI System / Weighting: 18
Quality criterion - Name: Quality and suitability of the technical solution for the PKI System / Weighting: 33
Quality criterion - Name: Quality and adequacy of the proposed PKI System warranty and maintenance (including options for maintenance extension) / Weighting: 6
Quality criterion - Name: Adequacy and credibility of costing and pricing / Weighting: 3
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 20
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Maintenance option as defined in the Annex I.1 (SoW) of the tender specifications.
Number of options: 2.
The maximum duration of the contract is eight months for the PKI system procurement followed by a warranty and maintenance period of 12 months. In case the option(s) is exercised the warranty and maintenance period is extended of 12 months per each option.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
II.2.14)Additional information
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: 22/12/2021
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:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.7)Conditions for opening of tendersDate: 04/01/2022
Local time: 11:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:03/11/2021