Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Maritime Safety Agency (EMSA)
Postal address: Praça Europa 4
Town: Lisbon
NUTS code:
PT170 Área Metropolitana de LisboaPostal code: 1249-206
Country: Portugal
Contact person: Frédéric Hébert
E-mail:
CPNEG12022@emsa.europa.euInternet address(es): Main address:
http://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:
Service Contract for Stand-by Oil Spill Recovery Vessels - Atlantic North
Reference number: EMSA/CPNEG/1/2022
II.1.2)Main CPV code60651500 Standby ship services
II.1.3)Type of contractServices
II.1.4)Short description:
The primary objective of the procurement is to protect the coastlines of EU Member States.
II.1.5)Estimated total valueValue excluding VAT: 6 450 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)34513600 Pollution-control vessels
60640000 Shipping operations
60651000 Hire of vessels with crew
60651100 Hire of sea-going vessels with crew
60651300 Anti-pollution ship services
60651500 Standby ship services
90733000 Services related to water pollution
90741000 Services related to oil pollution
90741300 Oil spillage rehabilitation services
90741200 Oil spillage control services
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
Main site or place of performance:
Atlantic North - covering the coastline of Republic of Ireland.
II.2.4)Description of the procurement:
The Agency intends to establish additional response capacity to that of the pollution response mechanisms of member states in case of a major oil spill. EMSA would like to utilise vessels that are engaged in economic activities in the identified area, by establishing service contracts for their availability during a (major) incident for spill response activities.
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: 6 450 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 105
This contract is subject to renewal: yes
Description of renewals:
Stand-by phase renewable once for up to a maximum of 48 months.
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiation
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: 21/03/2022
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: 31/12/2022
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:
GC.Registry@curia.europa.euFax: +352 433031
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:01/02/2022