European Maritime Safety Agency Postal address: Av. Dom João II, Lote Town: Lisbon Postal code: Telephone:

Size: px
Start display at page:

Download "European Maritime Safety Agency Postal address: Av. Dom João II, Lote Town: Lisbon Postal code: Telephone:"

Transcription

1 EUROPEAN UNION Publication of Supplement to the Official Journal of the European Union 2, rue Mercier, L-2985 Luxembourg Fax: (352) Info & on-line forms: CONTRACT NOTICE SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S) Official name: European Maritime Safety Agency Postal address: Av. Dom João II, Lote Town: Lisbon Postal code: Country: Contact point(s): For the attention of: Portugal Telephone: Mr. Leendert Bal Fax: Internet address(es) (if applicable) General address of the contracting authority (URL): Address of the buyer profile (URL): Further information can be obtained at: As in above-mentioned contact point(s) Other: please complete Annex A.I Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s) Other: please complete Annex A.II Tenders or requests to participate must be sent to: As in above-mentioned contact point(s) Other: please complete Annex A.III 1 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

2 I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES Ministry or any other national or federal authority, including their regional or local sub-divisions National or federal agency/office Regional or local authority Regional or local agency/office Body governed by public law European institution/agency or international organisation Other (please specify): General public services Defence Public order and safety Environment Ecomic and financial affairs Health Housing and community amenities Social protection Recreation, culture and religion Education Other (please specify): The contracting authority is purchasing on behalf of other contracting authorities 2 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

3 SECTION II: OBJECT OF THE CONTRACT II.1) DESCRIPTION II.1.1) Title attributed to the contract by the contracting authority Delivery of ASP/CSP Services for the EU LRIT Data Centre II.1.2) Type of contract and location of works, place of delivery or of performance (Choose one category only - works, supplies or services - which corresponds most to the specific object of your contract or purchase(s)) (a) Works (b) Supplies (c) Services Execution Design and execution Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities Purchase Lease Rental Hire purchase A combination of these Service category: No05 (For service categories 1-27, please see Annex II of Directive 2004/18/EC) Main site or location of works Main place of delivery Main place of performance II.1.3) The tice involves A public contract NUTS code PT171 The setting up of a dynamic purchasing system (DPS) II.1.4) Information on framework agreement (if applicable) The establishment of a framework agreement Framework agreement with several operators Number, OR, if applicable, maximum number of participants to the framework agreement envisaged Framework agreement with a single operator Duration of the framework agreement: Duration in year(s): 3 or month(s): Justification for a framework agreement, the duration of which exceeds four years: Estimated total value of purchases for the entire duration of the framework agreement (if applicable; give figures only): Estimated value excluding VAT: OR Range: between and Currency: EUR Currency: Frequency and value of the contracts to be awarded:(if kwn) : 3 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

4 II.1.5) Short description of the contract or purchase(s) The subject of the Contract is the delivery of ASP/CSP Services for the EU LRIT Data Centre (EU LRIT DC). Within the present contract, the Contractor will provide the following services: - Commission ships bringing them into the EU LRIT system; - Obtain LRIT messages from ships required to report to the EU LRIT DC using INMARSAT C, INMARSAT D+, IRIDIUM [and other relevant satellite communication techlogy systems]; - Enrich and cross reference the received LRIT messages with the EU LRIT ship database; - Carry out polling requests and other LRIT information requests received from the EU LRIT DC in accordance with the DDP or authorized by EMSA LRIT operators; The contractor will establish communication links and protocols to transmit, receive, upgrade, operate and maintain data fulfilling the ASP function as part of the EU LRIT system. The ASP has to act in support of the Service Contract for the EU LRIT Data Centre. The contractor and the contractor of the EU LRIT DC (tender EMSA/OP/07/08) have to coordinate their interactions and to specify in detail the interfaces between them. The procedures and specifications will be drafted by the contractor of the EU LRIT DC and will be agreed between both contractors under the chair of the Agency. 4 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

5 II.1.6) Common procurement vocabulary (CPV) Main vocabulary Supplementary vocabulary(if applicable) Main object Additional object(s) II.1.7) Contract covered by the Government Procurement Agreement (GPA) II.1.8) Division into lots (for information about lots, use Annex B as many times as there are lots) If,tenders should be submitted for (tick one box only) one lot only one or more lots all lots II.1.9) Variants will be accepted II.2) QUANTITY OR SCOPE OF THE CONTRACT II.2.1) Total quantity or scope (including all lots and options, if applicable) If applicable, estimated value excluding VAT (give figures only): OR Range: between and Currency: EUR Currency: II.2.2) Options (if applicable) If, description of these options: If kwn, provisional timetable for recourse to these options: in months: or days: (from the award of the contract) Number of possible renewals (if any): or Range: between and If kwn, in the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: or days: (from the award of the contract) II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION Duration in months: 36 or days: (from the award of the contract) OR Starting (dd/mm/yyyy) 5 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

6 Completion (dd/mm/yyyy) 6 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

7 SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) Deposits and guarantees required (if applicable) The Contractor will be required to establish a duly constituted financial guarantee before any pre-payment can be made by EMSA. The Contractor will need to provide the financial guarantee in the form of a bank guarantee or equivalent supplied by a bank or an authorised financial institution (guarantor). Such a bank guarantee will need to be valid up to the maximum amount requested as pre-payment. Any cost related to providing such a financing guarantee will be borne solely by the Contractor. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them Payments procedures, over-reporting handling and penalties for service n-compliance shall be issued in accordance to the provisions of the draft framework and specific contract(s) available under the Procurement Section relevant to the present call to tender EMSA/OP/06/2008 on the EMSA website at the following address: III.1.3) Legal form to be taken by the group of ecomic operators to whom the contract is to be awarded (if applicable) When submitting their bid, tenderers are requested to complete and enclose the Legal Entity Form and requested accompanying documentation, available on the Procurement Section (Legal Entity Form) on the EMSA Website at the following address: Groupings, irrespective of their legal form, may submit bids. Tenderers may, after forming a grouping, submit a joint bid on condition that it complies with the rules of competition. Such groupings (or consortia) must specify the company or person heading the project and must also submit a copy of the document authorising this company or person to submit a bid. If awarded, the contract will be signed by the company of the person heading the project, who will be, vis à vis EMSA, the only contracting party responsible for the performance of this contract. Tenders from consortia of firms or groups of service providers, contractors or suppliers must specify the role, qualifications and experience of each member or group. III.1.4) Other particular conditions to which the performance of the contract is subject (if applicable) If, description of particular conditions III.2) CONDITIONS FOR PARTICIPATION III.2.1) Personal situation of ecomic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if requirements are met: To be eligible for participating in this contract award procedure, tenderers must t be in any of the following exclusion grounds : (a) they are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations; (b) they have been convicted of an offence concerning their professional conduct by a judgement which has the force of res judicata; (c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify; (d) they have t fulfilled obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority or those of the country where the contract is to be performed; (e) they have been the subject of a judgement which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests; 7 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

8 (f) following ather procurement procedure or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations. For this purpose the Declaration of Hour attached to this document shall be completed and signed. Please te that the tenderer that to which the contract is to be awarded shall provide additional proof evidencing eligibility. EMSA shall accept, as satisfactory evidence that the tenderer is t in one of the situations described in point (a), (b) or (e) above, production of a recent extract from the judicial record or, failing that, a recent equivalent document issued by a judicial or administrative authority in the country of origin or provenance showing that those requirements are satisfied. EMSA accepts, as satisfactory evidence that the tenderer is t in the situation described in point (d) above a recent certificate issued by the competent authority of the State concerned. Where such certificate is issued in the country concerned, it may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a tary or a qualified professional body in his country of origin or provenance III.2.2) Ecomic and financial capacity Information and formalities necessary for evaluating if requirements are met: To prove their financial and ecomic capacity, tenderers should provide with their bid at least one of the following documents: (1) Appropriate statements from banks or evidence of professional risk indemnity insurance; (2) Balance sheets or extracts from balance sheets and profit and loss accounts for the last three financial years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the tenderer is established; (3) A statement of overall turver and turver relating to the relevant services for the last three financial years. Minimum level(s) of standards possibly required (if applicable): This documentation will be evaluated according to international company rating practice. The Agency reserves the right to request any documentary evidence it deems necessary or useful in order to verify the candidates ecomic and financial standing. For semi public or n-profit organisations, the annual budget of the last year should be submitted. If the requested documentation is t applicable, an appropriate justification must be provided. III.2.3) Technical capacity Information and formalities necessary for evaluating if requirements are met: Minimum level(s) of standards possibly required (if applicable): To prove their technical and professional capacity tenderers should provide with their application proof of the following mandatory criteria: Relevant experience: This proof will consist of a list identifying work carried out during at least the last three years that is of relevance and/or analogous to the services to be provided. This list should clearly show: 8 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

9 - A description of the services previously offered by the company/consortia, with an indication of the objectives, contracting parties, duration and budget - The tenderers level of experience for the provision of services on an operational basis; - Any evidence, statement or testimonial from the customer, from the public sector or private sector, relating to the performance and/or quality of the services previously provided by the tenderer. Evidence of ASP/CSP functionality: to prove the functionality the tenderers have to demonstrate their existing relationships with the CSP s, which will demonstrate their capability to receive LRIT data and ensure remote integration of the ship borne equipment via different communication networks. Furthermore,if the tenderers have current or previous experience as an ASP on a national level this should be stated as well as the country. Because of the international nature of the contract the tender has to provide evidence to demonstrate their capabilities to offer all services under the present contract in the English language. Tenderers should provide with their bid detailed curriculum vitae of the operational persons and the key technical and management persons who will be delivering the service under the proposed contract. The curricula vitae shall include the educational background, degrees and diplomas, professional experience. Tenderers should provide the number of staff working in the development team of the service and of staff working operationally on a 24/7 basis. The tenderer shall submit a description of the operational facilities used to perform the tasks. Following components should be described: computing, archiving, networking and telecommunication infrastructure; hosting environment; electrical power supply system; disaster recovery site(s); all other facilities relevant for the provision of the service. 9 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

10 III.2.4) Reserved contracts (if applicable) The contract is restricted to sheltered workshops The execution of the contract is restricted to the framework of sheltered employment programmes III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS III.3.1) Execution of the service is reserved to a particular profession If,reference to the relevant law, regulation or administrative provision: III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service 10 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

11 SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1) Type of procedure Open Restricted Accelerated restricted Negotiated Accelerated negotiated Justification for the choice of accelerated procedure: Candidates have already been selected If, provide names and addresses of ecomic operators already selected under Section VI.3) Additional information Justification for the choice of accelerated procedure: Competitive dialogue 11 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

12 IV.2) AWARD CRITERIA IV.2.1) Award criteria (please tick the relevant box(es)) Lowest price OR The most ecomically advantageous tender in terms of the criteria stated below(the award criteria should be given with their weighting or in descending order of importance where weighting is t possible for demonstrable reasons) the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document Criteria Weighting Criteria Weighting 1. Technical Award Criteria Price Award Criteria IV.2.2) An electronic auction will be used If, additional information about electronic auction (if appropriate) IV.3) ADMINISTRATIVE INFORMATION IV.3.1) File reference number attributed by the contracting authority (if applicable) EMSA/OP/06/2008 IV.3.2) Previous publication(s) concerning the same contract If, Prior information tice Notice on a buyer profile Notice number in OJ: /S - of (dd/mm/yyyy) Other previous publications (if applicable) IV.3.3) Conditions for obtaining specifications and additional documents (except for a DPS) or descriptive document (in the case of a competitive dialogue) Time limit for receipt of requests for documents or for accessing documents Date: (dd/mm/yyyy) Time: Payable documents If, price (give figures only): Currency: Terms and method of payment: 12 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

13 IV.3.4) Time-limit for receipt of tenders or requests to participate Date: 18/08/2008 (dd/mm/yyyy) Time: 16:00 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up ES CS DA DE ET EL EN FR IT LV LT HU MT NL PL PT SK SL FI SV Other: NO, IS IV.3.7) Minimum time frame during which the tenderer must maintain the tender (open procedure) Until: 31/12/2008 (dd/mm/yyyy) OR Duration in month(s): or days: (from the date stated for receipt of tender) IV.3.8) Conditions for opening tenders Date: 02/09/2008 (dd/mm/yyyy) Time: 10:00 Place (if applicable): Persons authorised to be present at the opening of tenders (if applicable) This opening session will be public. A representative of each tenderer may attend the opening of the bids. At the end of the opening session, the Chairman of the opening committee will indicate the name of the tenderers and the decision concerning the admissibility of each offer received. The prices indicated in each received bid will t be communicated. Should you wish to attend, please send a request (at least 5 calendar days before the date of the opening) to the following address: op062008@emsa.europa.eu indicating the name of the attending person and the tenderer he/she represents. 13 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

14 SECTION VI: COMPLEMENTARY INFORMATION VI.1) THIS IS A RECURRENT PROCUREMENT (if applicable) If, estimated timing for further tices to be published: VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS If, reference to project(s) and/or programme(s): VI.3) ADDITIONAL INFORMATION (if applicable) During the procedure, any contact concerning the tender between the contracting authority and the tenderers is prohibited. However, any additional information deemed necessary for preparing an adequate bid could be requested at the latest 12 days prior to the deadline for submission of the bids. Such requests should be sent by to the following address: op062008@emsa.europa.eu EMSA will reply to any request for additional information in strict compliance with the equal treatment principle. Provided that they have reached EMSA before the deadline, requests will be answered and be automatically published under the Procurement Section relevant to the present call to tender on the EMSA website at the following address: Tenderers are invited to consult the question/answer section under the above mentioned Procurement Section on a daily basis. The name of the requesting party will t appear on the website. VI.4) PROCEDURES FOR APPEAL VI.4.1) Body responsible for appeal procedures Official name: Postal address: Town: Country: Fax: Internet address (URL): Postal code: Telephone: Body responsible for mediation procedures (if applicable) Official name: Postal address: Town: Country: Postal code: 14 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

15 Fax: Internet address (URL): Telephone: VI.4.2) Lodging of appeals (please fill heading VI.4.2 OR if need be, heading VI.4.3) Precise information on deadline(s) for lodging appeals: 15 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN

16 VI.4.3) Service from which information about the lodging of appeals may be obtained Official name: Postal address: Town: Country: Fax: Internet address (URL): Postal code: Telephone: VI.5) DATE OF DISPATCH OF THIS NOTICE: 30/05/2008 (dd/mm/yyyy) 16 / 16 SIMAP2_EMSA :17 PM MEST- ID: Standard form 2 - EN