Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Maritime Safety Agency
Postal address: Praça Europa 4
Town: Lisbon
NUTS code:
PT170 Área Metropolitana de LisboaPostal code: 1249-206
Country: Portugal
E-mail:
OPEN42019@emsa.europa.euInternet address(es): Main address:
http://www.emsa.europa.eu/ 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:
Study of the Risks and Regulatory Issues of Specific Cases of Maritime Autonomous Surface Ships (SAFEMASS)
Reference number: EMSA/OP/4/2019
II.1.2)Main CPV code73200000 Research and development consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The main objective of the study is to provide meaningful input to the EU Member States and possibly IMO on the on-going Regulatory Scoping Exercise (RSE) by identifying the emerging risks and regulatory gaps that are posed by the implementation of the different degrees of Maritime Autonomous Surface Ships (MASS). It is expected that information from other research or industry projects is used when necessary while avoiding duplication of the work in a meaningful manner.
II.1.5)Estimated total valueValue excluding VAT: 250 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The Contractor's premises, apart from possible meetings to kick-off/present result, which may also take place at EMSA premises in Lisbon.
II.2.4)Description of the procurement:
EMSA intends to conclude a service contract for the provision of a study in 2 part, with 3 deliverables. The delivery of the first and second reports shall be made within 5 months from the signature of the contract while the delivery of the third report within 8 months from the signature of the contract.
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: 11
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.1.2)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 a single operator
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: 29/03/2019
Local time: 16:00
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 tenderTender must be valid until: 31/10/2019
IV.2.7)Conditions for opening of tendersDate: 02/04/2019
Local time: 11:00
Place:
Tenders will be opened at 11:00 (CET/CEST time), which is at 10:00 (Lisbon time), in the offices of EMSA, Praça Europa 4, 1249-206 Lisbon, Portugal.
Information about authorised persons and opening procedure:
Th opening session will be public and a representative of each tenderer may attend. If you wish to attend, please send a request (at least 5 calendar days before the date of the opening) to OPEN42019@emsa.europa.eu indicating the name of the attending person and the tenderer they represent. Attendees should present their tender receipt confirmation sent by e-Submission or the Tendering Report.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
ECJ.Registry@curia.eu.intFax: +352 433766
Internet address:
www.curia.europa.eu VI.4.2)Body responsible for mediation proceduresOfficial name: General Court of the European Union
Town: Luxembourg
Country: Luxembourg
Internet address:
www.curia.europa.eu VI.5)Date of dispatch of this notice:04/02/2019