tender document 1 marine-eo request for tender · tender document 1 – marine-eo ... provides an...
TRANSCRIPT
Pre-Commercial Procurement (PCP)
Tender Document 1 – MARINE-EO
Request for Tender
Deadline to submit an offer: 9th April 2018 at 12 p.m (CET)
Document Dissemination Level:
P
CΟ
This document was prepared by DGPM with the valuable contribution of all partners.
Public
Confidential, only for members of the Consortium (including the Commission Services)
☒
☐
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 2
This Request for Tenders, designated as Tender Document 1, should be read in conjunction with other
documents related to this Pre-Commercial Procurement (PCP), listed hereunder:
Tender Document 2: PCP Challenge;
Tender Document 3: Forms;
Tender Document 4: Framework Agreement;
Tender Document 5: Specific Contract Phase 1;
Tender Document 6: Annexes.
All documents are available on the MARINE-EO website as well as on the “Annexes Section” inside the
MARINE-EO Procurement Area.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 3
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 4
Preface
This MARINE-EO Request for Tenders invites all interested parties to present their offers to bridging
innovative downstream earth observation and Copernicus enabled services for integrated maritime
environment, surveillance and security.
MARINE-EO is a research & development (R&D) project, which takes form as a Pre-Commercial-
Procurement (PCP).
Section 1 describes the PCP approach and how it differs from traditional procurement. This Section also
provides an overview of the timeline, budget, and contracting approach. In addition, a general introduction
to the procurers involved (also referred to as Buyers Group) is provided.
Section 2 presents the Procurers and Other Parties involved in the PCP, their roles and responsibilities.
Section 3 introduces the overall challenge this PCP must address and the motivation behind it. It explains
the different phases of the PCP and the expected outcome of each phase. Finally, Intellectual Property
Right (IPR) considerations are addressed. You can find more information about the technical functionalities
of the challenge in the “Tender Document 2: MARINE-EO PCP Challenge”.
Section 4 explains the preconditions for submitting your Tender, and an overview of the criteria to be used
in the evaluation of the Tenders. The process for the evaluation of the Tenders and how to communicate
with the Buyers Group, namely putting forward your questions, is detailed in Section 5.
Section 6 explains the conditions of the contracts between the winning Tenderers and the Buyers Group,
including the monitoring process, results evaluation, and payment conditions. This is followed up by a
payment schedule outlined also in Section 6.
This Request for tenders should be read jointly with the rest of documents prepared for this Pre-
Commercial procurement (PCP) and annexes:
Tender Documents (TD)
TD 1 – Request for Tenders
TD 2 – PCP Challenge
TD 3 – Tender Forms
TD 4 – Framework Agreement
TD 5 – Specific Contract Phase 1
TD 6 - Annexes
Please, find below the list of forms that you will encounter in the TD3 – Forms:
TD 3 – Tender Forms
Form 1. General Tender Submission Qualification Envelope
Form 2. Exclusion Criteria Qualification Envelope
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 5
Form 3. Selection Criteria Form Qualification Envelope
Form 4. Compliance Criteria Form Qualification Envelope
Form 5. Traceability Matrix Technical Envelope
Form 6. Technical Offer Form Technical Envelope
Form 7. Financial Offer Form Financial Envelope
The Annexes that are included in the TD6 – Tender Annexes document must be completed, signed and
uploaded in the https://www.dgpm.mm.gov.pt according to the instructions given in TD6 (Annex K:
Application guidelines). Find below the list of the different Annexes required:
TD 6 – Tender Annexes (Qualification & Technical Envelopes)
Annex A: Subcontractor Information
Annex B: Power of Attorney
Annex C: Subcontractor Declaration
Annex D: Exclusion Criteria
Annex E: Selection Criteria
Annex F: Compliance Criteria
Annex G: Technical Offer
Annex H: Traceability Matrix
Annex I: Financial Offer & Cost Breakdown
Annex J: Financial Offer Phase 1
Annex K: Application guidelines
All documents can be downloaded from the MARINE-EO Procurement Area on the website https://marine-
eo.eu/call-tender.
Please, note that Forms will be part of the different responses envelopes from the MARINE-EO
Procurement Area.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 6
Table of Contents 1. General Context.............................................................................................................................. 9
1.1 Pre- Commercial Procurement ......................................................................................................... 9
1.2 Exemption from EU Procurement Directives, the WTO Government Procurement Agreement
(GPA) and EU State Aid Rules ..................................................................................................................... 11
1.3 EU Funding ..................................................................................................................................... 11
1.4 Overview: Contracting, Budget and Schedule ................................................................................ 12
1.4.1 Total Budget and Budget Distribution (per phase) ................................................................. 12
1.4.2 Contracting Approach ............................................................................................................. 14
1.4.3 Time Schedule ........................................................................................................................ 15
2. Procurers and Other Parties involved in the PCP ............................................................................ 19
3. Description of Services to be procured .......................................................................................... 24
3.1 Motivation for the PCP ................................................................................................................... 24
3.1.1 COPERNICUS and relevant initiatives ...................................................................................... 24
3.1.2 MARINE-EO Overview ............................................................................................................. 25
3.1.3 Thematic Area 1 – Marine Environment Monitoring .............................................................. 27
3.1.4 Thematic Area 2 – Security ..................................................................................................... 30
3.2 Preparation for the PCP .................................................................................................................. 32
3.3 PCP Challenge ................................................................................................................................. 35
3.4 Expected Outcomes (per phase) ..................................................................................................... 41
3.5 IPR – Commercial Exploitation of results – Declaration of Pre-existing Rights ............................... 48
4. Conditions of the Tender............................................................................................................... 52
4.1 Eligible Tenderers, Joint Tenderers and Subcontracting ................................................................. 52
4.2 Exclusion Criteria ............................................................................................................................ 53
4.2.1 PART A: Description ................................................................................................................ 55
4.2.2 PART B: Description ................................................................................................................ 55
4.2.3 PART C: Description ................................................................................................................ 56
4.3 Selection Criteria ............................................................................................................................ 56
4.4 Compliance Criteria ........................................................................................................................ 57
4.4.1 A) Compliance with the definition of R&D Services ................................................................ 58
4.4.2 B) Compatibility with Other Public Financing ......................................................................... 59
4.4.3 C) Compliance with the requirements regarding the Place of Performance of the contract .. 59
4.4.4 D) Compliance with Ethics Requirements ............................................................................... 60
4.4.5 E) Compliance with Security requirements ............................................................................. 61
4.5 Award Criteria................................................................................................................................. 62
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 7
4.6 Submission Content and Format .................................................................................................... 67
4.6.1 Submission and format of tenders, tender closing time ......................................................... 67
4.6.2 Administrative section of the Tender ..................................................................................... 67
4.6.3 Technical section of the Tender .............................................................................................. 68
4.6.4 Financial section of the Tender ............................................................................................... 69
4.7 Other Tender Conditions ................................................................................................................ 70
4.7.1 Signed Tenders ....................................................................................................................... 70
4.7.2 Confidentiality ........................................................................................................................ 70
4.7.3 Language................................................................................................................................. 71
4.7.4 Cancellation of the Tender procedure .................................................................................... 71
5. Process Rules and Information ...................................................................................................... 72
5.1 Opening of Tenders ........................................................................................................................ 72
5.2 Evaluation of Tenders ..................................................................................................................... 72
5.2.1 Committees ............................................................................................................................ 73
5.2.2 Evaluation Process .................................................................................................................. 75
5.3 Communication Q&A ...................................................................................................................... 78
5.4 Procedures of Appeal ..................................................................................................................... 78
6. Conditions of the Contract ............................................................................................................ 80
6.1 Monitoring ...................................................................................................................................... 80
6.2 Payments based on satisfactory completion of Milestones and Deliverables for the Phase .......... 80
6.3 Eligibility for the next phase based on successful completion of the phase ................................... 84
6.4 Finalization of Phase 3: Link with possible follow-up PPI Procurement .......................................... 95
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 8
Table of Figures Figure 1: DIAS Concept (source: EC) ............................................................................................................... 25
Figure 2: MARINE-EO Overview ...................................................................................................................... 26
Figure 3: Copernicus Services List (obtained from: http://copernicus.eu/main/services) ............................. 28
Figure 4: CMES Areas of benefits (Source: CMEMS Website) ......................................................................... 28
Figure 5: MARINE-EO thematic areas of proposed downstream services and their connection to existing
Copernicus Services which they can support ................................................................................................. 30
Figure 6: MARINE-EO thematic areas of proposed downstream services and their connection to existing
Copernicus Services which they can support. ................................................................................................ 31
Figure 7: MarketPlace Tier with EOMALL (Source: EARSC) ............................................................................. 33
Figure 8: Generic use case model for the thematic area 1: Copernicus MARINE monitoring ......................... 37
Figure 9: MARINE-EO environment Services and Scenarios ........................................................................... 37
Figure 10: Service operational workflow model ............................................................................................. 40
Figure 11: Workflow description example ...................................................................................................... 40
Figure 12: Evaluation Process ......................................................................................................................... 76
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 9
1. General Context
1.1 Pre- Commercial Procurement
MARINE-EO pre-commercial procurement (PCP) challenge is being conducted by Direção Geral de Política
do Mar (DGPM), Lisbon, Portugal.
Marine-EO aims at procuring the development of demand-driven EO-based services, adopted on open
standards, bringing incremental or radical innovations in the field of maritime awareness and leveraging on
the existing Copernicus Services and other products from the Copernicus portfolio.
This procurement is a pre-commercial procurement (PCP).
PCP means that public procurers challenge innovative players on the market, via an open, transparent and
competitive process, to develop new solutions for a technologically demanding mid- to long-term challenge
that is in the public interest and requires new R&D services.
PCP is characterised by the following four features:
Competitive development in phases to identify the solutions offering the best value for money
PCP targets situations that require radical innovation or R&D and for which there are typically no solutions
on or close to the market yet. Different competing providers may have different ideas for solutions to the
problem. As R&D is yet to take place, there is not yet any proof as to which of these potential alternative
solutions would best meet customers' needs.
PCP therefore awards R&D contracts to a number of competing contractors at the same time, in order to
compare different approaches to solving the problem stated. It thus offers innovators an opportunity to
show how well their solution compares with others. It also allows procurers entities to conduct a first test
reference.
The R&D is split into three phases (solution design, prototyping, original development and testing of a
limited set of ‘first’ products or services). Evaluations after each phase progressively identify the solutions
that offer the best value for money and meet the customers’ needs. This phased approach allows
successful contractors to improve their offers for the next phase based on lessons learnt and feedback from
procurers in the previous phase. Using a phased approach with gradually growing contract sizes per phase
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 10
also makes it easier for smaller companies to participate in the PCP and enables SMEs to grow their
business step-by-step with each phase.
Depending on the outcome of the PCP, procurers may or may not decide to follow-up the PCP with a public
procurement to deploy the innovative solutions (PPI).
Public procurement of R&D services
PCP addresses mid- to long-term public procurement needs for which either no commercially stable
solutions yet exist on the market, or existing solutions exhibit structural shortcomings that require further
R&D to resolve. PCP is a way for procurers to trigger the market to develop new solutions that address
these shortcomings. PCP focuses on specific identified needs and provides customer feedback to businesses
from the early stages of R&D. This improves the likelihood of commercial exploitation of the newly
developed solutions.
PCP is explained in the PCP communication COM/2007/7991 and the associated staff working document
SEC/2007/16682. The R&D services can cover research and development activities ranging from solution
exploration and design, to prototyping, right through to the original development of a limited set of ‘first’
products or services in the form of a test series. Original development of a first product or service may
include limited production or supply in order to incorporate the results of field-testing and demonstrate
that the product or service is suitable for production or supply in quantity to acceptable quality standards.
R&D does not include quantity production or supply to establish the commercial viability or to recover R&D
costs. It also excludes commercial development activities such as incremental adaptations or routine or
periodic changes to existing products, services, production lines, processes or other operations in progress,
even if such changes may constitute improvements.
Open, transparent, non-discriminatory approach — No large-scale deployments
PCP is open to all operators on equal terms, regardless of the size, geographical location or governance
structure. It is, however, mandatory to locate the majority of the R&D activities for the PCP contract,
including in particular the principal researcher(s) working for the PCP contract, in the Member States or
Associated Countries.
Any subsequent public procurement of innovative solutions (PPI), for the supply of commercial volumes of
the solutions, will be carried out under a separate procurement procedure. Providers that did not take part
in this PCP (or were not chosen to go through as far as the last phase) will thus still be able to compete on
an equal basis in any subsequent procurement looking for contractors to provide a solution on a
commercial scale.
Sharing of IPR-related risks and benefits under market conditions
PCP procures R&D services at market price, thus providing contractors with a transparent, competitive and
reliable source of financing for the early stages of their research and development. Giving each contractor
the ownership of the IPRs attached to the results it generates during the PCP means that they can widely
exploit the newly developed solutions commercially. In return, the tendered price must contain a financial
compensation for keeping the IPR ownership compared to the case where the IPRs would be transferred to
the procurers (the tendered price must be the ‘non-exclusive development price’; see section 4.6.4).
1 http://eur-lex.europa.eu/LexUriServ/LexUriServ.do?uri=COM:2007:0799:FIN:EN:PDF 2 http://eur-lex.europa.eu/LexUriServ/LexUriServ.do?uri=CELEX:52007SC1668:EN:HTML
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 11
Moreover, Contractors for pre-commercial procurement must comply with Horizon 2020 rules for
implementation of the action task established in H2020 Work Programme 2016-2017 and with mandatory
articles regarding contractors included in Marine EO Grant Agreement.
Contractors must provide for the right of the buyers (procurers) to access results - on a royalty free basis -
for their own use and the right of the buyers to grant (or to require the contractors to grant) non-exclusive
licenses to third parties to exploit the results - under fair and reasonable conditions - (without the right to
sub-license). Where, Results (i.e. foreground) means any data, knowledge, information, software, source
code, physical material, whatever their form or nature, whether or not they can be protected, which are
generated in the PCP third phase as well any attached rights, including intellectual property rights
For more information, see https://ec.europa.eu/research/participants/data/ref/h2020/other/wp/2016-
2017/annexes/h2020-wp1617-annex-ga_en.pdf.
1.2 Exemption from EU Procurement Directives, the WTO Government
Procurement Agreement (GPA) and EU State Aid Rules
This procurement procedure is exempted from the EU public procurement directives because procurers do
not retain all the benefits of the R&D (the IPR ownership stays with the contractors)3.
It is also exempted from the WTO Government Procurement Agreement (GPA) because this Agreement
does not cover R&D services4 (the PCP being limited to such services — and any subsequent PPI
procurements relating to commercial-scale supply of such solutions not being part of the PCP
procurement).
The procurement does not constitute state aid under the EU state aid rules5 because it follows an open,
transparent, competitive procedure with risk- and benefit-sharing at market price. (The division of all rights
and obligations (including IPRs) and all selection and award criteria for all phases are published at the
outset; the PCP is limited to R&D services and clearly separated from any potential follow-up PPI
procurements; PCP contractors are not given any preferential treatment in a subsequent procurement for
provision of the final products or services on a commercial scale.)
1.3 EU Funding
This PCP procurement is part of a project that is funded by the European Union’s Horizon 2020 Research
and Innovation Programme, under grant agreement No 730098 — MARINE-EO (see https://marine-eo.eu).
The procurement must therefore comply with the rules imposed by the EU Horizon 2020 grant agreement.
For more information, see ‘innovation procurement’ and ‘links to regional policy’ in the Participant Portal
Online Manual6.
The EU is not participating as a contracting authority in this procurement.
3 See Article 16(f) of Directive 2004/18/EC (Article 14 of Directive 2014/24/EU), Article 24(e) of Directive 2004/17/EC (Article 32 of
Directive 2014/25/EU) and Article 13(f)(j) of Directive 2009/81/EC. 4 See the EU’s Annex IV of Appendix I to the WTO GPA.
5 See Point 33 of the Commission Communication on a framework for state aid for research and development and innovation
(C(2014) 3282). 6 http://ec.europa.eu/research/participants/portal/desktop/en/funding/guide.html
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 12
1.4 Overview: Contracting, Budget and Schedule
1.4.1 Total Budget and Budget Distribution (per phase)
The total budget for the PCP is 2.769.106€ (VAT excluded) or 3.406.000€ (VAT included). The total budget
is divided in two lots:
Lot 1: Thematic Area 1 - Copernicus Marine Environment Monitoring and Climate Change:
SATOCEAN – 1.550.699€ (VAT excluded) or 1.907.360€ (VAT included)
Lot 2: Thematic Area 2 - Copernicus Security: SATSURVEILLANCE – 1.218.406€ (VAT excluded) or
1.498.640€ (VAT included)
LOT 1 - Thematic Area 1:
Copernicus Marine
Environment Monitoring and
Climate Change: SATOCEAN
Expected
minimum
number of
contractors
Maximum
budget per
contractor
(VAT
excluded)
Maximum
total
budget per
phase
(VAT
excluded)
Maximum
budget per
contractor
(VAT
included)
Maximum
total
budget per
phase
(VAT
included)
Phase 1 Solution Design 4 38.767€ 155.069€ 47.684€ 190.736€
Phase 2 Prototype
Development 3 206.759€ 620.279€ 254.314€ 762.944€
Phase 3
Pre-
Commercial
development
and testing
2 387.674€ 775.349€ 476.840€ 953.680€
TOTAL 1.550.699€ 1.907.360€
LOT 2 - Thematic Area 2:
Copernicus Security:
SATSURVEILLANCE
Expected
minimum
number of
contractors
Maximum
budget per
contractor
(VAT
excluded)
Maximum
total
budget per
phase
(VAT
excluded)
Maximum
budget per
contractor
(VAT
included)
Maximum
total
budget per
phase
(VAT
included)
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 13
LOT 2 - Thematic Area 2:
Copernicus Security:
SATSURVEILLANCE
Expected
minimum
number of
contractors
Maximum
budget per
contractor
(VAT
excluded)
Maximum
total
budget per
phase
(VAT
excluded)
Maximum
budget per
contractor
(VAT
included)
Maximum
total
budget per
phase
(VAT
included)
Phase 1 Solution Design 4 30.460€ 121.840€ 37.466€ 149.864€
Phase 2 Prototype
Development 3 162.454€ 487.362€ 199.818€ 599.456€
Phase 3
Pre-
Commercial
development
and testing
2 304.601€ 609.203€ 374.660€ 749.320€
TOTAL 1.218.406€ 1.498.640€
IMPORTANT NOTICE: In case of not reaching the minimum numbers of 3 contractors in phase 1 – as per
the Marine EO grant agreement, the call for tender will be cancelled. For the subsequent phases there
should be 3 subcontractors for phase 2 and a minimum of 2 for phase 3.
PCP phase 1: Solution Design (5 months including 1 month for evaluation):
Each solution design contract will last for a maximum of 5 months and are valued up to 38.767€ (VAT
excluded) and 30.460€ (VAT excluded) each, for Lot 1 and Lot 2 respectively, against a total budget of
155.069€ and 121.840€ for Lot 1 and Lot 2 respectively. An expected minimum of 4 suppliers, per lot,
would be awarded the contract. All phase 1 contracts will start at the same date and time which will be set
by the Buyers Group. The start date selected will not be later than 18th June 2018.
This phase is a feasibility study of the selected technologies and proposals, which aims to verify the
technical, economic and organizational feasibility of each company’s offer. The expected output from
participating companies is a report describing the results of the feasibility study, a solution design and the
conclusions for the start of the development activities in Phase 2, as well as a business/commercialization
plan. The offers for the phase 2 will be requested together with the end-of phase deliverables.
PCP Phase 2 – Prototype Development (9 months including 1 month for evaluation):
Each Prototype development contract will last for a maximum of 8 months and are valued up to 206.759€ (
VAT excluded ) and 162.454€ (VAT excluded) each, for Lot 1 and Lot 2 respectively, against a total budget of
620.279€ and 487.362€ for Lot 1 and Lot 2 respectively. An expected minimum of 3 suppliers, per lot,
would be awarded the contract.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 14
Selected companies will each develop a prototype based on the results of their feasibility study. The aim is
to verify to what extent the prototype’s main features meet the functional and performance requirements
set in the challenge. Participating companies are expected to deliver a prototype and outcomes of testing
processes carried out, as well as a plan for original development of a limited volume of first solutions and
field-testing, and an updated cost/benefits evaluation including a preliminary business plan. The offers for
the phase 3 will be requested together with the end-of phase deliverables.
PCP Phase 3 – Original Development and testing (13 months including 1 month for evaluation):
Each Pre-commercial development contract will last for a maximum of 13 months and are valued up to
387.674€ ( VAT excluded) and 304.601€ (VAT excluded) each, for Lot 1 and Lot 2 respectively, against a
total budget of 775.349€ and 609.203€ for Lot 1 and Lot 2 respectively. An expected minimum of 2
suppliers, per lot, would be awarded the contract.
This phase aims to verify and compare the full feature set and performance of different solutions in real-life
operational conditions. The aim is to verify to what extent the prototype’s main features meet the
functional and performance requirements set in the challenge.
Testing will occur as follows per lot:
Lot 1 - Thematic Area 1 Copernicus Marine Environment Monitoring and Climate Change:
SATOCEAN – Different AOIs will cover participating countries, according to the specifications
presented in TD2.
Lot 2 - Thematic Area 2 Copernicus Security: SATSURVEILLANCE - Specific ports around two areas
(Gulf of Cadiz and Alboran Sea) and North Coast of Africa are considered test areas. All over these
big zones, specific scenarios will be operationally validated. Different test levels and environments
will be handle. Simulation to carry out specific evaluations on planning and service performance
(detection, identification, behavior capabilities). Real time simulation where data and results are
known and time line is equivalent to actual operation. Finally real trials should validate how daily
work can be supported by Marine-EO.
The total budget for the 3 phases and for the two lots of MARINE-EO PCP is fixed at 2.769.106 € (VAT
excluded) and will not be increased. Any surplus at the end of the PCP will be returned to the EU
Commission.
For phases 1 and 2, contracts are funded until the remaining budget is insufficient to fund the next best
tender. The exact number of contracts finally awarded will thus depend on the prices offered and the
number of tenders passing the evaluation. As leftover budget from the previous phase will be transferred
to the next phase, the total budget available for phases 2 and 3 may eventually be higher than stated here
(but the maximum budget per contractor for phases 2 and 3 will remain the same). The lower the average
price of tenders, the more contracts can be awarded. The total value of the contracts awarded can also be
lower than initially expected if there are fewer tenders than expected that meet the minimum evaluation
criteria.
1.4.2 Contracting Approach
The PCP is implemented by means of a framework agreement with specific contracts for each of the R&D
phases (altogether ‘contracts’).
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 15
Following the tendering stage, a framework agreement and a specific contract per lot for phase 1 are
expected to be awarded to a minimum of 4 contractors.
A call-off will be organised for phase 2, with the aim of awarding a minimum of three (3) phase 2 contracts
per lot. Only offers from contractors that successfully completed phase 1 will be eligible for phase 2. The
procurers will validate the phase 2 prototypes in the contractors' lab.
A second call-off will be organised for phase 3, with the aim of awarding a minimum of two (2) phase 3
contracts per lot. Only offers from contractors that successfully completed phase 2 will be eligible for phase
3. Phase 3 field-testing is expected to take place in AOIs described above.
The framework agreement sets all the framework conditions for the entire duration of the PCP (covering all
the phases). There will be no renegotiation. The framework agreement remains binding for the duration of
all phases for which contractors remain in the PCP. Tenderers that are awarded a framework agreement
will also be awarded a specific contract for phase 1 (evaluation of tenders for the framework agreement
and phase 1 are combined). Tenderers are therefore asked not only to submit their detailed offer for phase
1 in their tender, but also to state their goals, and to outline their plans (including price conditions) for
phases 2 and 3, thus giving specific details of the steps that would lead to commercial exploitation of the
R&D results. DGPM as lead procurer will sign the framework agreement in the name and on behalf of the
buyers group.
A brief overview of the overall timing of the MARINE-EO PCP (including the expected start and finish dates)
and of the individual phases is presented as follows (applied to both lots):
Phase Start Date End Date
Duration including
evaluation period
(months)
1 18-06-2018 15-11-2018 5 months
2 16-11-2018 15-08-2019 9 months
3 16-08-2019 15-09-2020 13 months
The offers for the next phase will be requested together with the end-of phase deliverables for the previous
phase. All contractors of the previous phase will be invited to make offers for the next phase, successful
completion of the previous phase is evaluated before evaluating the offers for the next phase, to determine
which offers are eligible to proceed to the evaluation of offers for the next phase.
1.4.3 Time Schedule
The planned time schedule for the MARINE-EO phases and for the two lots is the following:
Planned time schedule
Date Activity
First tender procedure (framework agreement and phase 1 contracts)
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 16
06.02.2018 Publication of contract notice in TED
17.03.2018 Deadline for submitting questions about tender documents
24.03.2018 Deadline for lead procurer to publish replies to questions (Q&A document)
09.04.2018 Deadline for submission of tenders for the framework agreement and phase 1
10.04.2018 Opening of tenders
29.05.2018 Tenderers notified of decision on awarding contracts
30.05.2018 –
04.06.2018 Stand-Still period: Rejected tenderers have 5 working days to contest the decision
08.06.2018 Signing of framework agreements and phase 1 specific contracts
12.06.2018 Publication of contract award notice in TED
Implementation of phase 1
18.06.2018 Start of phase 1
18.06.2018
Names of winning phase 1 contractors and their project abstracts sent to EU and
published on MARINE-EO PCP project website.
Kick-off meetings take place around this date.
20.08.2018 Deadline for phase 1 interim report
30.08.2018 Feedback from phase 1 interim report
05.09.2018 Interim payments (if applicable)
02.10.2018 Deadline for phase 1 final milestone/deliverable(s)
08.10.2018 Questions from general review are referred to contractors
15.10.2018 Deadline for contractors documentation update according to questions from general
review
05.11.2018 Assessment from review update based on updated documentation
07.11.2018 Phase 1 contractors notified as to whether they have completed this phase satisfactorily
and successfully
15.11.2018 End of phase 1
17.12.2018 Payment of balance for phase 1 to contractors that completed this phase satisfactorily
Second tender procedure (call-off for phase 2)
19.09.2018 Deadline for submitting questions on phase 2 call-off documents
26.09.2018 Deadline for lead procurer to circulate replies to questions to phase 2 bidders
02.10.2018 Deadline for submitting phase 2 offers
03.10.2018 Opening of phase 2 offers
07.11.2018 Contractors notified of decision on awarding phase 2 contracts
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 17
08.11.2018 –
14.11.2018 Stand-Still period: Rejected tenderers have 5 working days to contest the decision
15.11.2018 Signing of phase 2 specific contracts
Implementation phase 2
16.11.2018 Start of phase 2
16.11.2018
Names of winning phase 2 contractors and their project abstracts published on MARINE-
EO PCP project website and sent to EU.
Kick-off meetings take place around this date.
19.11.2018
Visit of phase 2 contractors to the premises(s) of the procurer(s), where applicable (it will
depend on how the prototype will be implemented…it can be revisited after Phase 2 has
already started).
15.03.2019 Deadline for phase 2: M2.2) Preliminary Critical Design Review Documentation delivery
02.04.2019 Feedback from phase 2 supervisor/monitoring team on phase 2: M2.2) Preliminary Critical
Design Review Documentation delivery
12.04.2019 Interim payments (if applicable)
30.05.2019 –
17.06.2019 Visits for prototype validation in lab conditions during phase 2 M2.3)
25.06.2019 Feedback from phase 2 supervisor/monitoring team on prototype validation in lab
conditions
16.07.2019 Deadline for submission of phase 2 M2.4 Final Critical Design Review (CDR)
documentation delivery and for submitting call-off for phase 3 offers
17.07.2019 –
02.08.2019 Factory Acceptance Tests of phase 2 (including demonstration to EU)
06.08.2019 Consortium review meeting and final Factory Acceptance Test Review
07.08.2019 Phase 2 contractors notified as to whether they have completed this phase satisfactorily
and successfully
15.08.2019 End of phase 2
15.09.2019 Payment of balance for phase 2 to contractors that completed this phase satisfactorily
Third tender procedure (call-off for phase 3)
20.06.2019 Deadline for submitting questions about phase 3 call-off documents
01.07.2019 Deadline for lead procurer to circulate replies to questions to phase 3 bidders
16.07.2019 Deadline for submitting phase 3 offers
17.07.2019 Opening of phase 3 offers
07.08.2019 Contractors notified of decision to award phase 3 contracts
08.08.2019 – Stand-Still period: Rejected tenderers have 5 working days to contest the decision
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 18
14.08.2019
15.08.2019 Signing of phase 3 specific contracts
Implementation phase 3
16.08.2019 Start of phase 3
16.08.2019
Names of winning phase 3 contractors and their project abstracts published on MARINE-
EO PCP project website and sent to EU.
Kick-off meetings take place around this date.
28.01.2020 –
07.02.2020
Visit(s) of the phase 3 /monitoring team to the contractor's premises to check completion
of phase 3 M3.2) Operational solution demonstrations
10.02.2020 Feedback from phase 3 monitoring supervisor/monitoring team on phase 3 M3.2)
14.02.2020 Interim payments (if applicable)
16.03.2020 Deadline for phase 3 M3.3 final solution readiness
17.03.2020 –
15.06.2020
Lot 1 and 2 - Set-Up phase (see TD2 – PCP Challenge – sections 4.1.2.8 and 5.37
respectively) M3.4) Set-up Phase Readiness
16.06.2020 –
06.07.2020
Lot 1 and 2 - Training End-Users about the exploitation of the solution(see TD2 – PCP
Challenge – Sections 4.1.3.6 and 5.5.6 respectively) M3.5) Train end users completion
16.07.2020 –
05.08.2020
M3.6 Operation Result testing and System Acceptance Review (SAR). End user facilities
testing of products/services developed during phase 3 with procurers support.
17.08.2020 –
04.09.2020 Final demonstration to EU
07.09.2020 M3.8) End of phase 3 report
08.09.2020 Phase 3 contractors notified as to whether they have completed this phase satisfactorily
and successfully
15.09.2020 End of phase 3
06.10.2020 Summary of the lessons learnt and the results achieved by each contractor during the PCP
sent to EU for publication purposes.
15.10.2020 Payment of balance for phase 3 to contractors that completed this phase satisfactorily
The MARINE-EO Buyers Group reserves the right to adjust the time schedule under specific and fully
justified conditions. This will be communicated in a timely manner to all Tenderers.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 19
2. Procurers and Other Parties involved in the PCP
This procurement relates to a joint PCP that will be carried out by the following lead procurer:
DIRECTORATE GENERAL FOR MARITIME POLICY (DGPM) from Portugal.
The Lead procurer is beneficiary of the EU grant that represents the buyers group for the funded
procurement and is also part of the ‘buyers group’ since it contributes to the PCP procurement budget.
The lead procurer is appointed to coordinate and lead the joint PCP, and to sign and award the framework
agreement and the specific contracts for all phases of the PCP, in the name and on behalf of the following
buyers group:
DIRECTORATE GENERAL FOR MARITIME POLICY (DGPM) – Rua Alfredo Magalhães Ramalho 6,
Lisbon 1459, Portugal
MINISTERIO DEL INTERIOR (GUCI) – Calle Amador de los Rios, 7, Madrid 28071, Spain
HELLENIC CENTRE FOR MARINE RESEARCH (HCMR) – Leoforos Athens Sounio 46 7KM, Attikia
Anavissos 19013, Greece
REGIONAL FUND FOR SCIENCE AND TECHNOLOGY (FRCT) – Rua Do Mercado 21, Ponta Delgada
9500 326, Portugal
NORWEGIAN COASTAL ADMINISTRATION (NCA) - Flathauggata 12, Haugesund 5523, Norway
The Buyers group are beneficiaries of the EU grant that form the group of procurers that contribute to the
PCP procurement budget.
The procurers in the buyers group have the following background/profile/responsibilities in their respective
countries with regards to setting the acquisition and/or regulatory strategy for the innovative solutions:
BUYER’S GROUP RESPONSIBILITIES
DGPM (LEAD PROCURER)
Preparation of the Procurement
Procurement publication and proposals
evaluation
PCP Contract management
GUCI
PCP Stage 1 (Design) Solutions design
revision and technical evaluation
PCP Stage 2 (Prototype) Prototype
development verification
PCP Stage 3 (Operation) Solutions
operation and operational verification and
validation
Due to their intensive experience in
procurement procedures and their direct
interest in tenders’ results, they will
provide advices to DGPM in all preparation
procedures of the tender and the launch of
HCMR
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 20
BUYER’S GROUP RESPONSIBILITIES
FRCT
the prior information notice.
Due to their direct interest in MARINE-EO
services, they will participate in proposals
evaluation procedures and all evaluation
stages of the results and the selection of
companies who will be selected for each
Stage
NCA
DIRECTORATE GENERAL FOR MARITIME POLICY (DGPM): has the mission to develop, evaluate and update
the National Ocean Strategy, to design and propose the national maritime policy, taking into account its
different aspects, to develop the maritime spatial planning and management considering its multiple uses
and activities, to monitor and participate in the development of European Union’s Integrated Maritime
Policy and to promote maritime affairs’ national and international cooperation. Additionally, the DGPM was
designated as "PT02 - Integrated Marine and Coastal Waters Management" Programme Operator, under
the EEA Grants 2009-2014, focused exclusively on marine and coastal areas, and has the main objective to
achieve good environmental status of marine and coastal waters in Europe, according to the Marine
Strategy Framework Directive (MSFD). Is was also designated Programme Operator of the Programme
"Blue Growth, Innovation and SMEs", under the new of the European Economic Area Financial Mechanism
2014-2021 in which about 70% will be dedicated to the area of business and innovation. This Program
covers three distinct areas: Business development, Innovation and SMEs; Investigation; Education,
scholarships, literacy and young entrepreneurship.
More information: https://www.dgpm.mm.gov.pt
MINISTERIO DEL INTERIOR (GUCI): The Spanish Guardia Civil (www.guardiacivil.es) is a law enforcement
agency of military nature. As one of the national agents with responsibilities on security, the Spanish
Constitution establishes as their prime mission to protect the free exercise of the rights and liberties of the
Spanish people and guarantee security of the citizenship, all of it under the responsibility of the Spanish
Government. The Guardia Civil is an institution which renders essential services to the community:
Protection of the Spanish economic interests; Public order; Assistance; Criminal investigation police;
Intelligence services; etc. In order to carry out all these functions, Guardia Civil has 80,000 officers (over
3,000 of them are women), who are deployed all over the national territory and territorial waters. Guardia
Civil carries out 3.9 million services per year, that is, approximately 10,000 a day; that amounts to 32 million
work hours and one million actions. Two million humanitarian activities (consisting in rescuing, aiding and
assisting citizens) are conducted every year. Guardia Civil constant work results in the fact that it
investigates nearly 300,000 crimes, over 274,000 minor offences and 380,000 infringements against public
safety; it solves over 200,000 criminal offence cases every year, and arrests almost 100,000 alleged
criminals, i.e., 308 arrests a day. In order to develop these services, the Guardia Civil vehicles cover more
than 350 million kilometers a year (enough to drive around the world almost 8,000 times). Guardia Civil is
tasked with the following functions related to maritime surveillance: preventing and fighting smuggling,
drug trafficking, fraud and other fiscal offences, preventing and fighting illegal immigration, environment
protection, fishery inspection and supervision and protection of the Spanish national sunken heritage.
Customs and Border Service is in charge of them.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 21
HELLENIC CENTRE FOR MARINE RESEARCH (HCMR): HCMR is a governmental Research Centre operating
under the auspices of the General Secretariat for Research and Technology (Greek Ministry of Education). It
has the mandate to promote basic research in all fields of the aquatic environment and to deliver
comprehensive scientific and technical support to the public. It is composed of three institutes:
Oceanography, Marine Biological Resources & Inland Waters, Marine Biology, Genetics & Aquaculture.
HCMR operates the 62m R/V Aegaeo, the 23m R/V Filia, four ROVs, the manned submersible THETIS, as
well as two aquariums in Crete and Rhode Islands. The Centre has been involved in all EU Framework
Programs and participated in numerous EU-funded RTD projects, either as coordinator or partner. (e.g.
CINCS, MTP-II MATER (Coordinator for East Med), METROMED (Coordinator), KEYCOP, INTERPOL
(Coordinator), FATE, ADIOS, BEEP, IASON (Coordinator), MERSEA-IP, HERMES Coordinator for East Med),
SESAME-IP (Coordinator), HERMIONE, EUR-OCEANS, ECOOP, CIRCE, SPICOSA, MESMA, MARIFISH, PEGASO,
MedSEA, MyOcean,, PERSEUS (Coordinator), COCONET, etc. It is an active member of EuroGOOS &
MedGOOS by developing a national monitoring/forecasting programme through the POSEIDON program
and by participating in EC and ESA funded research projects (MFSPP, MFSTEP, MERSEA_S1, ROSES,
MERSEA_IP, MARCOAST, ECOOP, MyOcean, BOSS4GMES, EuroSITES, EuroARGO, JERICO, FixO3) to develop
European capacity in operational oceanography under the GMES and GEOSS umbrella. HCMR participates
as full member in 4 ESFRI research infrastructures (Lifewatch, EuroArgo, EMSO, EMBRC). The Institute of
Oceanography has been awarded a National Excellent Award in Greece in 2005 and in 2014 after
assessment from an International Committee. At national level, HCMR is involved in many national research
and monitoring programs, including the national WFD and MSFD programs (coordinator) as well as in the
implementation of other European Directives such as the Habitat Directive, Natura2000, etc. At
international level HCMR has been involved in studies in the Mediterranean and the Black Sea and recently
(since 2011) in the Red Sea, with all its gear (boat, submersible and ROVs).
REGIONAL FUND FOR SCIENCE AND TECHNOLOGY (FRCT): is an administratively and financially
independent public institute in the sphere of the Regional Secretariat for the Sea, Science and Technology
(SRMCT), Regional Government of the Azores. FRCT was created in order to coordinate and manage
financial resources available for scientific research, technological development and innovation from
Regional, European and International programs. As such, it is a privileged channel for the participation in
projects and collaborative activities with entities that are external to the Regional Government. With an
annual turnover of about 2M€, it is run by a board of three members, with administrative support from the
Regional Directorate of Science and Technology. One of the main goals of FRCT is to facilitate the link
between regional public entities and the scientific community in order to improve the performance of
regional participation in European programs and thereby promote the excellence of research and
innovation in the Azores. The main areas were FRCT develops its activities in the Azores comprehend:
Support to advanced training, through the attribution of research grants;
Financing and/or organization of international events relevant to the regional scientific community;
Participation in regional, national and international projects, as coordinator or partner;
Support to the participation of other regional public entities and the scientific community in
funding programs external to RAA, among which HORIZON 2020 stands out.
To enhance its international networking capability, FRCT became a member of the Macaronesia Marine and
Maritime Cluster and of the Smart MED Cluster (Smart Cities). The Azores region is also a founding member
of NEREUS (Network of European Regions Using Space Technologies), namely via the Regional Directorate
for Science and Technology that shares its presidency with FRCT.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 22
NORWEGIAN COASTAL ADMINISTRATION (NCA): is headed by the Director General, and the head office is
the agency's highest governing body. As can be seen from the organization chart below, The NCA has seven
operative units: 5 regions, the shipping company and the head office. The agency has around 50 operative
units. The NCA has around 1000 employees in total, and around 700 of these employees are engaged in
operative activities. The NCAs areas of expertise include maintaining high level of safety and accessibility
along the Norwegian coast by the development and maintenance of a maritime infrastructure, in addition
to providing various maritime services. The NCA provides the national Ice Service, which has two main
tasks: Provision of ship traffic with updated information on ice conditions in Norwegian waters from the
Swedish border to Kristiansand, and Icebreaking in main and secondary fairways outside port areas. NCA’s
activities encompass the maritime sector of the National Transport Plan (NTP), as well as exercising
authority and administrative tasks related to the laws and regulations for ports, fairways and compulsory
pilotage. The NCA currently operates 5 maritime traffic control centres located at Horten, Brevik, Kvitsøy,
Fedje and Vardø. The maritime traffic control centres engage in civil traffic monitoring, traffic regulation,
traffic control and other maritime traffic services. The purpose is to increase safety and the navigability of
fairways with relatively congested and complex traffic patterns. The control centre in Vardø has an area of
responsibility covering (NAVAREA XIX). The NCA also uses the AIS network for purposes other than pure
traffic monitoring. Data from the AIS network is distributed to government agencies. Among other can be
cited: Norwegian Armed Forces; Joint Rescue Coordination Centres; Norwegian Maritime Directorate;
Customs; Police; Ports; Climate and Pollution Agency (KLIF). A combination with data from the reporting
system SafeSeaNet Norway (SSNN) can provide information on the vessel's destination and estimated time
of arrival, and whether the vessel is carrying hazardous or polluting cargo. This is, for example, important
information for the NCA's maritime traffic control centres and oil pollution preparedness. In addition, SSN
information provides information on the number of persons on board, which is important information for
search and rescue operations. The NCA is the National Competent Authority for SSN Norway and for LRIT in
Norway and manages the Norwegian part of the LRIT database on behalf of the Norwegian authorities. The
regulatory framework for safety at sea and maritime transport is formulated to a great extent
internationally, and binding international cooperation and the international development of regulations are
of great importance to safety at sea in Norwegian waters. Much of the work that takes place
internationally, especially in the EU and IMO, has a direct impact on the services that the NCA provides. The
NCA therefore attaches a great deal of importance to participation in international forums to make a
contribution to future developments in accordance with the Norwegian wishes and needs.
The following entities are participating as preferred partners, having a special interest in closely following
the PCP, but without being part of the buyers group or giving in-kind contributions for carrying out the PCP:
NATIONAL CENTER FOR SCIENTIFIC RESEARCH “DEMOKRITOS” (NCSR “DEMOKRITOS”),
INTEGRATED SYSTEMS LABORATORY (ISL) - Patriarchou Gregoriou Str., AGHIA PARASKEVI 15310,
Greece
NATIONAL OBSERVATORY OF ATHENS (NOA) – Lofos Nymfon, Athina 11810, Greece
EUROPEAN UNION SATELLITE CENTRE (SATCEN) – Agency of the Council of the European Union -
Avenida De Cadiz ED 457-Base Aerea De Torrejon, Torrejon De Ardoz 28850, Spain
NORWEGIAN MARINE TECHNOLOGY RESEARCH INSTITUTE (SINTEF) - Otto Nielsens Veg 10,
Trondheim 7052, Norway
The preferred partners will be informed of all aspects of the MARINE-EO PCP and will be afforded access to
all information concerning the PCP as they will support the buyers group regarding the scope management,
the collection of requirements, and the translation of requirements into tender specifications and
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 23
evaluation criteria / KPIs, the evaluation of interim deliverables, the validation of the outcomes in the last
PCP phase. However, they will not assume to results or IPRs.
The roles of the preferred partner are the following:
PREFERED PARTNERS ROLES
NCSR
The Project Coordinator:
Directs the project and is responsible for achieving
the project results according to the Grant
Agreement.
NOA Technical Advisors:
They do not constitute a decision body. They
support the buyers group regarding the scope
management, the collection of requirements, and
the translation of requirements into tender
specifications and evaluation criteria / KPIs, the
evaluation of interim deliverables, the validation of
the outcomes in the last PCP phase.
SATCEN
SINTEF
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 24
3. Description of Services to be procured
3.1 Motivation for the PCP
3.1.1 COPERNICUS and relevant initiatives
It all started during the ‘90s, when sequences of R&D activities in the field of Earth observation resulted in
notable achievements and breakthroughs, having also insurmountable problems, in the sense, that within
the context of R&D initiatives, long-term viability of such achievements would be impossible. Hence, a new
idea was born, that focused on a global and continuous European earth observation system and was named
as the Global Monitoring for Environment and Security (GMES). At the end of 2012, EC decided to change
the name of GMES to Copernicus, as it became involved in financing and development. In 2014, EC
announced the budget (€4.3 billion) for the Copernicus Programme covering a duration of 6 years (2014-
2020). A lot of activities took place during the decade of 1998 – 2008 that guided Copernicus from R&D to
an operational phase, which actually means the provision of services capable to support governance and
business model structure. To this end, and as it is stated in Copernicus official website, “Copernicus,
previously known as GMES (Global Monitoring for Environment and Security), is the European Programme
for the establishment of a European capacity for Earth Observation”.
The Earth Observation (EO) is using important means such as Satellites, Ground Stations & Segments that
provide EO data, derived from seven Sentinel missions, contributing mission data from numerous existing
or planned space missions and in-situ data coordinated by the European Environment Agency (EEA). Based
on the above, Copernicus developed value-added information by processing and analysing the data to
monitor and forecast Earth’s subsystems. These are value-adding activities streamlined through six
thematic streams of Copernicus services: Atmosphere (CAMS), MARINE (CMEMS), Land (CLMS), Climate
(C3S), Emergency (EMS) and Security. Thus, MARINE-EO will base the development of the downstream
services both from EO data streams and Copernicus services (mostly MARINE & Security).
What was mainly achieved, as a first step on the abovementioned, is pure availability and accessibility -
both legally and practically - of the plain raw data and some dedicated services. The EO data gains value
only once it is analyzed, correlated and enriched (and/or fused) with other data sources, and turned into
information and knowledge. Currently, EO Supply capacity is 200 - 300 times larger than the previous levels
of service delivery. Yet, the sheer volume of the data - both per time and aggregated over time – generated
by the Copernicus program poses data management and analysis challenges that exceed the capabilities of
current data management and analysis solutions for EO data. In this context, the EC, in collaboration with
ESA have undertaken several initiatives to bridge the technological gap for the effective processing of big
Copernicus data (e.g. the Thematic Exploitation Platforms) towards setting up value chains and engage the
larger user communities, in order to foster new users’ uptake.
The dissemination of Copernicus data and products is currently done via the Copernicus Distribution
Services:
1. The Sentinel Data Distribution Services. In this category are included the National Collaborative
Ground Segments (CGS) initiatives, that have been assuming a role of Sentinel data distributor, and
tailored services and products provider, to serve specific user communities.
2. The Copernicus Information Distribution Services, for accessing thematic products from the Core
Services.
3. The Data Distribution Service for accessing Copernicus Contributing Mission satellite data.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 25
4. The Copernicus in-situ data component.
This configuration is about to change though. With the 27 January 2017 Invitation to Tender ESA AO/1-
8854/17/I-LG, a second pillar is added to the Copernicus Distribution Services, the Data and Information
Access Services (DIAS), which is the new “game changer” element of the overall architecture. The two
pillars constitute the concept of the Integrated Ground Segment (IGS). DIAS will address a common need
for online data storage, performance computing resources & network bandwidth, to allow value extraction
and inter alia be offered on a commercial basis.
In a nutshell, the DIAS objective is to become the “breeding grounds” for innovative applications or
"algorithm factories" that would help propel Europe to the forefront of global competition fueled by
Copernicus (data and services). DIAS implementation will enable the availability of back office services and
make sure - through appropriate functional and operational specifications of the service - that front office
applications can be built on top of this layer by third parties.
All the above activities are giving profound means to the industry for the development of value-added
downstream services and applications, which require continuous and sustained access to space-born data.
Therefore, within the context of MARINE-EO, both the End-Users and the industry shall take into
consideration all those critical factors and accomplishments for the downstream services as it may ease the
process of both developing and maintaining the services.
Figure 1, below, is the formal DIAS - Data and Information Access Services concept where it is primarily
focused on bringing users to the data by allowing easy access and providing all resources enabling
application development, whilst targeting to a new market creation.
Figure 1: DIAS Concept (source: EC)
3.1.2 MARINE-EO Overview
MARINE-EO pre-commercial procurement (PCP) seeks to establish EO-based services, covering sea-basins
of Mediterranean, Atlantic and Arctic, adapting Copernicus data and information on the Marine
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 26
Environment, in order to meet the demand of the procurers in the thematic areas of Marine monitoring
and Maritime Security.
MARINE-EO overall idea is the use of PCP schema in the development of innovative, beyond the-state-of
the art, downstream applications which meet the demand of maritime authorities and stakeholders,
leveraging on the existing Copernicus Services and other products from the Copernicus portfolio.
The aim of this procurement is to trigger new solutions to be developed and tested to address the following
common challenge: develop, test and validate a bundle of COPERNICUS-based services, bringing
incremental or radical innovations in the field of maritime awareness, accompanied with “support” services
that will standardize the way EO is used for maritime awareness, in regards of operational, technological,
semantic and legal interoperability issues. The majority of the R&D work done in the PCP will be located in
EU and H2020 Associated Countries.
Figure 2: MARINE-EO Overview
MARINE-EO teams up a group of 5 maritime authorities (the buyers’ group) and a group of 4 prestigious
scientific and technical organizations with significant experience in EO and maritime matters (the technical
advisors) to achieve the following objectives:
Objective 1: Develop, test and validate two sets of demand-driven EO-based services, adopted on open
standards, bringing incremental or radical innovations in the field of maritime awareness and leveraging
on the existing Copernicus Services and other products from the Copernicus portfolio:
Thematic Area 1 – Copernicus Marine Environment Monitoring and Climate Change: SATOCEAN
service provides information about ocean parameters variability in time and space, best probable
fishing areas, fish farm locations, and water quality. It also incorporates sea ice extent for safe
navigation and maritime operations in the Arctic.
Thematic Area 2 – Copernicus Security: SATSURVEILLANCE service contributes to the development
of EUROSUR regulation, by providing services in response to Europe’s security challenges in the
domains of Border Security.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 27
Objective 2: Propose a set of “support” / “envelop” services which will better integrate the
abovementioned EO and Copernicus-enabled services to the operational logic and code of conduct. Such
services shall also bring “closer” the demand side (Public Authorities) with the EO data providers
(COPERNICUS-contributing missions) and EO data experts and analysts (Service providers/ industry and
SMEs) creating a dynamic environment for a single digital market to grow.
Objective 3: Strengthen transnational collaboration in maritime awareness sector by facilitating
knowledge transfer and optimization of resources for the public authorities participating in the buyers
group. This shall bring together the supply and demand side, in order to foster the development of
innovative solutions in response to the increasing demand for strengthening Earth Observation and
Copernicus capabilities. In order to accomplish the aforementioned, an experienced group of partners will
observe the problem from different perspectives, including an operational and a technical view, while
working together for the development, integration and validation of innovative solutions in the field of
Earth Observation, the harmonization of tools and methods for the EU wide testing and validation of
systems, and the facilitation of public-private cooperation for the sake of market visibility.
3.1.3 Thematic Area 1 – Marine Environment Monitoring
Copernicus, previously known as GMES (Global Monitoring for Environment and Security), is the European
programme, coordinated and managed by the European Commission, for the establishment of a European
capacity for Earth Observation.
Copernicus consists of a complex set of systems, which collect data from multiple sources: earth
observation satellites and in situ sensors such as ground stations, airborne and sea-borne sensors. It
processes these data and provides End-Users with reliable and up-to-date information through a set of
services related to environmental and security issues.
The main End-Users of Copernicus services are policymakers and public authorities. They need the
information to develop environmental legislation and policies or to take critical decisions in the event of an
emergency, such as a natural disaster or a humanitarian crisis. Based on the Copernicus services, on the
data collected through the Sentinels and the contributing missions, many value-added services can be
tailored to specific public or commercial needs, resulting in new business opportunities.
The Copernicus programme is coordinated and managed by the European Commission. The development
of the observation infrastructure is performed under the aegis of the European Space Agency for the space
component and of the European Environment Agency and the Member States for the in situ component.
The services provided by Copernicus are addressed in six thematic areas (Figure 3):
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 28
Figure 3: Copernicus Services List (obtained from: http://copernicus.eu/main/services)
These services support a wide range of applications, including environment protection, management of
urban areas, regional and local planning, agriculture, forestry, fisheries, health, transport, climate change,
sustainable development, civil protection and tourism. In particular, from 2015 the Copernicus MARINE
Environment Monitoring Service (CMEMS) follows MyOcean demonstration phase and offers a unique
access to oceanographic products through an online catalogue. End-Users can download products
according to their needs in a unique format (NetCDF) and benefit from quality and validation information
for each of them7. The CMEMS provides access to various oceanographic data and products through an
online catalogue related to 4 areas (Figure 4): Maritime Safety, Coastal and MARINE Environment, MARINE
Resources, and Weather, Seasonal Forecasting and Climate activities.
Figure 4: CMES Areas of benefits (Source: CMEMS Website)
Maritime Safety
CMEMS Maritime Safety mainly supports three (3) key areas of operations that include 1) ice shipping route
that uses accurate information on sea current and ice-free region enhancing security, reducing fuel
consumption, time and environmental impact, 2) assisted search and rescue operations with a combination
7 http://marine.copernicus.eu/about-us/about-your-copernicus-MARINE-service
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 29
of MARINE and weather forecasts that improve efficiency and response time, 3) offshore operations
dealing with oil spill and polluter detection through EMSA’s CleanSeaNet Service8.
Coastal and MARINE Environment
Costal and MARINE Environment contributes to water quality monitoring and to environmental risk
assessment. Specifically, CMEMS provides long time-series of in-situ (physical and biochemical) and remote
sensing (ocean colour and SST) products and data that feed coastal areas with important information. This
information is vital for monitoring the status of coastal areas, adhering to MSFD (MARINE Strategy
Framework Directive), and other related products like selecting optimal locations for offshore wind farms
and forecast energy performances.
MARINE Resources
CMEMS contributes to the protection and the sustainable management of living MARINE resources in
particular for aquaculture, fishery research or regional fishery organizations. In this sense, it is considered
imperative to use qualified data, models that reflect environmental conditions and pressures, for
identification of suitable sites for fish farming, for fish farm monitoring, for assessing impact of aquaculture
based on a set of parameters.
Weather, Seasonal Forecasting and Climate activities
CMEMS delivers reliable and robust data to the European and national meteorological services thus
improving short, medium and seasonal weather forecasting and delivering data for Climate Change
Scenarios. Those services include but are not limited to: high temporal and spatial resolution of SST, ocean
currents that can improve medium range weather and wave forecast, predictability of climate anomalies
based on seasonal prediction system, effect of snow/ice melting to the Global Mean Sea level rise.
Considering the thematic areas of MARINE-EO and the existing Copernicus Services, the following possible
contributions to the services can be schematically observed in Figure 5. The SATOCEAN services cover the
thematic areas of MARINE environment monitoring and maritime security, while the border monitoring
scope of SATSURVEILLANCE is planned to build on the existing Border Surveillance services.
8 http://www.emsa.europa.eu/csn-menu.html
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 30
Figure 5: MARINE-EO thematic areas of proposed downstream services and their connection to existing Copernicus Services which they can support
3.1.4 Thematic Area 2 – Security
The Copernicus programme counts with a space component supported by (1) a dedicated set of EU-owned
satellites (the Sentinels) providing a consistent and independent source of high quality data for the
Copernicus services and (2) a set of contributing missions providing satellite data when required,
specifically, high resolution data for Emergency or Security applications. Moreover, the Copernicus
Programme also counts with an in situ component feeding data from ground, airborne and seaborne
sensors. In situ data is key for calibration, verification and provision of supplementary information adding
data reliability and consistency over time. All the collected data is processed, providing users with reliable
and up-to-date information through a set of services related to environmental and security issues.
As mentioned, the Copernicus services are grouped into six thematic areas (Figure 3). In particular, the
Copernicus Security Service aims to support EU policies, by providing information in response to EU
security challenges and so improving the crisis prevention, preparedness and response capacities in three
key areas: border surveillance, maritime surveillance and Support to EU External Action (SEA).
Border Surveillance
In the area of border surveillance, main objectives are to reduce the number of irregular immigrants
entering the EU undetected, to reduce the death toll of irregular immigrants by rescuing more lives at sea
and to increase internal security of the European Union as a whole by contributing to the prevention of
cross-border crime.
With the delegation agreement finalised on 10 November 2015, the European Commission entrusted
FRONTEX with the border surveillance component of the Copernicus Security Service. The objective is to
support the EU’s external border surveillance information exchange framework (EUROSUR) by providing
real time data on what is happening on land and sea around the EU’s borders.
Maritime Surveillance
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 31
In the area of maritime surveillance, the overall objective of the European Union is to support Europe's
maritime security objectives and related activities in the maritime domain. The corresponding challenges
mainly relate to safety of navigation, support to fisheries control, combatting marine pollution and law
enforcement.
With the delegation agreement signed on 3 December 2015, the European Commission entrusted EMSA
with the operation of the maritime surveillance component of the Copernicus Security Service. Under the
agreement, EMSA uses space data from Copernicus Sentinel-1 satellites combined with other sources of
maritime information to effectively monitor maritime areas of interest.
Support to EU External Action
As a global actor, Europe has a responsibility to promote stable conditions for human and economic
development, human rights, democracy and fundamental freedoms. In this context, a key objective of the
EU is to assist third countries in crisis situations or emerging crises and to prevent global and trans-regional
threats leading to destabilisation, such as the proliferation of weapons of mass destruction. EU peace-
keeping or humanitarian operations, evacuation of EU citizens in crisis areas, EU and Member States crisis
monitoring activities etc. will benefit from Copernicus products and services.
With the delegation agreement signed on 6 October 2016, the European Commission entrusted SatCen
with the operation of the Support to EU External Action component of the Copernicus Security Service.
It is important to note that Copernicus is a user-driven programme, therefore significant effort and
attention is given to the evolving nature of user requirements in order to capture new emerging needs or
even to improve current services. MARINE-EO targets specific Copernicus downstream components and
aims to bring derived services inside the Public Authorities operational structures, structuring the demand.
Taking into account the MARINE-EO thematic areas and the existing Copernicus Services, the possible
contributions to the services can be observed in Figure 6. SATOCEAN services cover the marine
environment monitoring area, while the border monitoring and maritime security scope of
SATSURVEILLANCE is planned to build on the existing Border and Maritime Surveillance services.
Figure 6: MARINE-EO thematic areas of proposed downstream services and their connection to existing Copernicus Services which they can support.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 32
Generic Maritime Border Surveillance Missions
The Regulation (EC) No 562/2006 of the European Parliament and of the Council9 defines "external
borders" as the Member States' land borders (including river and lake borders), sea borders and their
airports, river ports, sea ports and lake ports, provided that they are not internal borders. Accordingly, this
regulation defines "border surveillance" as the surveillance of borders between border crossing points and
the surveillance of border crossing points outside the fixed opening hours, in order to prevent persons from
circumventing border checks3.
On the other hand, the Integrated Maritime Policy for EU10 clearly identifies the activities for which security
bodies and Member State Governments are responsible:
Mission 1: Irregular migration: Activities carried out by border surveillance authorities at the
unregulated maritime borders in order to prevent persons from circumventing border checks.
Mission 2: Crime and illegal trafficking: Activities carried out at sea by law enforcement authorities
while combating organised crime, drug trafficking, smuggling, fight against terrorism, etc.
Mission 3: Pollution response: Actions carried out in order to eliminate impact to the maritime
environment resulting from accidental or deliberate sea pollution.
Mission 4: Fisheries control: Activities conducted by a competent body or organisation in order to
combat illegal fishing.
Mission 5: Maritime safety: Activities that seek to save human lives, to ensure ships and cargoes
safety, to protect the marine environment and to safeguard the maritime economic and social
assets.
Mission 6: Vessel traffic management: Measures to improve vessel traffic safety and efficiency and
to protect the environment within designated service areas.
Mission 7: Search and rescue: Actions to provide assistance to people in distress at sea by using
surface and air mobile facilities as well as specialised rescue teams and equipment.
Mission 8: Accident and disaster response: Actions to eliminate/palliate impact from disasters
occurred at sea, other than those related to marine pollution.
These missions cover important and enduring activities from a very diverse nature, including crime
prevention, border safety maintenance, natural resources protection and facilitation of the legitimate
movement of goods. Considering the EUROSUR Regulation, several missions appear to be of special
interest: irregular migration, cross-border crime and contribution to the migrants’ lives protection,
therefore, these missions are considered as MARINE-EO “focus missions”.
3.2 Preparation for the PCP
In preparation of the PCP call for tender, an open dialogue with potential tenderers and end-users was held
to broach the views of the market about the intended R&D scope. Data warehouse requirements were
included as a topic in the open dialogue. The results of this Open Market Consultation (OMC) were duly
9 Regulation (EC) No 562/2006 of the European Parliament and of the Council of 15 March 2006. http://eur-lex.europa.eu/LexUriServ/LexUriServ.do?uri=OJ:L:2006:105:0001:0032:EN:PDF 10 Integrated Maritime Policy for the EU: Working Documents on Offshore activities of coastal EU Member States and cross border cooperation. EC/DG Fisheries and Maritime Affairs/Maritime Policy Task Force. Nov. 2007. https://ec.europa.eu/maritimeaffairs/sites/maritimeaffairs/files/docs/body/offshore-activities-cross-border-cooperation_en.pdf
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 33
taken into account to fine-tune the tender specifications, so that the gap between state-of-the art industry
development and the procurement needs justifies the need to procure R&D services.
a) Market Analysis
The current picture to what concerns the competitive exploitation of EO platforms shows a complete
fragmentation of the different value propositions (e.g. NextGEOSS, FABSPACE2.0, Space2iD, BigDataValue,
EO Big Data shift forthcoming projects, TEP platform, EUGenius, Copernicus World Alliance). Against this
backdrop and in order to complete this “jigsaw puzzle”, the European Association of Remote Sensing
Companies (EARSC) has put forward the establishment of a marketplace for European EO Services
(eoMALL11). eoMALL (1st release to become available in early 2018) is an industry-led initiative that aspires
to become the foremost web-site to find EO on-line services. eoMALL will lie at the knowledge tier (Figure
7), presenting products and services from any third-party platform. To that end, eoMALL will enable EO
service providers to promote their services online and will help their customers to easily search and
compare the offered services online. This is an initiative supported by the EU EO industry and shall be rolled
out in close relation to DIAS. It is important that MARINE-EO shall stay tuned on the evolution of this
activity as all services can be part (e.g. a dedicated “floor”) of eoMALL’s Front-Office products and benefit
by attracting both more end-users and service providers.
Figure 7: MarketPlace Tier with EOMALL (Source: EARSC)12
b) Prior Information Notice (PIN)
The prior information notice (PIN) for the open market consultation was promoted and advertised widely
using in particular also Horizon 2020 Internet sites and National Contact Points.
11
http://earsc.org/news/study-to-establish-a-marketplace-alliance-for-eo-services-maeos 12
http://earsc.org/file_download/427/EARSC+%40+Eurogi+MM+31032017.pdf
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 34
The purpose of this PIN was to:
1) Create awareness and knowledge about the project among relevant bidders;
2) Allow the consortium to gain better insights on the market, such as the state-of-the-art technology
and future developments;
3) Engage the market stakeholders in the procurement preparation phase in order to increase the
probability of a successful procurement procedure.
The PIN was published in the TED Supplement to the Official Journal of the European Union on 5th of May
2017 under the publication number 2017/S 087-170832.
c) Industry Day
In preparation for this PCP, all interested operators were invited to take part in an open market
consultation (regardless of their geographic location, the size or governance structure of their
organisation). The “industry day”, included in the open market consultation, provided an overview on the
procurement objectives, the PCP process and the main clauses of the contract.
The “industry day” was organized in order to develop awareness on the target industry, regarding the
tender to be launched and to collect insights on industry expectations and skills which can be used to
perfect the tender.
The MARINE-EO "Industry Day and Brokerage Event” held on 12th July 2017 in Lisbon, was organized in
order to inform the industry for the PCP procedure of the project and the project requirements regarding
the implementation phase. This was an important opportunity to industries across Europe to engage with
this project and to start preparing a bid for the Pre-Commercial Procurement by themselves or in a
Consortium.
d) Request for Information (RFI)
The Request for Information has been launched by the MARINE-EO Project as part of the Market Study
to be conducted under WP2 (User Requirements) and WP3 (Preparation of the procurement).
The scope of this consultation is to get insight on the following issues:
What is currently available on the market (state of the art);
What are the current developments and their maturity levels;
Whether the obstacles faced by the Users can be addressed with these developments;
To what extent can MARINE-EO contribute to pre-operational validation of technologies of Satellite
Downstream Services given the time frame, budget and business model proposed;
Whether the market companies are available to exploit some kind of partnership, when incapable
of responding themselves to the full range of solutions requested by MARINE-EO;
Which companies would be ready to participate in the tendering process.
e) Questions and Answers (‘Q&A’)
All Questions and Answers resulting from the “industry day” have been published on the website:
https://marine-eo.eu/event/open-market-consultation-brokerage-event-videos-and-presentations and
were shared also with other potentially interested bidders.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 35
The RFI was also very important to fine-tune the Tender documents, because of the technical comments
that were made and the market insights brought by the industries, SMEs and Start-up companies.
During this process, the consortium collected several suggestions that are listed below, including the
Consortium measures to include them:
1. A clear approach of what is expected after the PCP phase 3. The Consortium will target to follow up
with a potential PPI project, assuring a market deployment of the PCP results;
2. The industries also emphasized the importance of identifying the role of the buyers as potential
users of the services. It is expected that the buyers group, and also other Public Procurers across
Europe, will use the new downstream services. It is also clear that the Buyers Group will be actively
involved in the whole process, especially focusing on phase 3 of the PCP, in order to assure a
combination of their needs and the final services presented;
3. The industry also highlighted the importance to rapidly define the exclusion criteria in the PCP;
4. The industry also showed some concerns about the required services, regarding what is already
available in the market and if they should be integrated in a coherent way. The Consortium
objective is to build upon existing services that the industry can leverage and provide innovative
downstream services to the end users;
5. A critical issue for the industries was regarding the budget for each phase. All efforts will be made
to assure a fair distribution between sub-challenges and PCP phases;
6. It was stressed to the industries, SME’s and Start-Up companies the importance of responding to
the RFI; The R&D centers showed some concerns about the access to data. It was clarified that the
biding budgets should comprise all the financial needs to operationalize their projects;
7. It is also important, for both the Public Procurers and the companies to assure a clear ownership of
the results. The Consortium foresees to follow the PCP on IPR issues;
8. Taking into account all of the above, it is critical that the Tender process assures a clear explanation
of operational and financial aspects of the procurement, in order to avoid any misunderstanding
during the implementation process. This will be of utmost importance as to assure a smooth
implementation of the project and their use by the Public Procurers.
In conclusion, all the market consultation activities carried out, helped target the correct supplier market
and guaranteed a varied participation of different European countries entities, SMEs, large enterprises,
startups, etc. All the engaged market suppliers have demonstrated interest in MARINE-EO PCP by
contributing valuable feedback to better address the PCP Challenge and the preparation of the PCP call for
tender document.
The results of the OMC and the initial needs assessment review formed the basis of this PCP and related
tender documents. The full OMC report is available on the MARINE-EO website: https://www.MARINE-
EO.eu.
3.3 PCP Challenge
This procurement is dealing with R&D services to be developed by the industry in order to tackle the
following challenge:
Bridging Innovative Downstream Earth Observation and Copernicus enabled Services for Integrated
maritime environment, surveillance and security,
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 36
…and the following sub-challenges: a service that provides information about ocean parameters variability
in time and space, fish farm locations, and water quality. It must also incorporate sea ice extent for safe
navigation and maritime operations in the Arctic; and a service that contributes to the development of
EUROSUR regulation by providing services in response to Europe’s security challenges in the domains of
Border Security.
This is a common challenge shared by all members of the buyers group.
The overall concept of MARINE-EO’s services under the thematic area 1 (MARINE monitoring) shall provide
the buyers group (e.g. MARINE -EO’s partners & other MARINE Authorities/Agencies) with a common web
based platform that will allow the use and submission of requests for EO-based services.
For MARINE-EO’s purpose, these services shall be only those procured through the tender (with an
exception for additional features that could be proposed from the contractors) but in the future, the
MARINE-EO component will have to be extensible and interoperable to accommodate new providers and
service needs. The overall strategy then shall adhere and make use of international standards with respect
to the operational, technological, legal and semantic widely accepted trends.
The optimal goal under this PCP project is to fund robust innovative solutions that will serve not only
MARINE-EO’s Public Authorities (PAs) but other parties such as civil protection, decision makers, and
individuals. This is expected to improve COPERNICUS visibility in the EU level (Figure 8) and eventually
through the PCP mechanism will strengthen the collaboration between the supply (i.e. SMEs, industries)
and the demand side (PAs).
Based on feedback received from MARINE-EO’s PAs, we concluded:
With the set of three (3) features (for the thematic area 1 – SatOcean) that will be qualified for the
procurement phase,
That some of the features (that have been qualified) are based on common information/data, thus
the development of a common platform with the same user interface will optimize not only the use
of MARINE-EO’s services but will also even add new services after the end of the project,
The downstream services will not only serve the needs of MARINE Authorities but also other types
of End-Users such as fish farmers, thus the services have to be as simple as possible and contribute
further to Copernicus user uptake.
The expected outcome under SATOCEAN is to provide three (3) downstream feature services:
Ocean biotic and abiotic parameters, climatological information and historical statistics –
SATOCEAN-UCS-1: MARINE environmental status in hot spots (AOIs e.g. Gulfs, MPAs etc.)
Fish farm monitoring – SATOCEAN-UCS-2: Fish Farms: Detection of Fish farms threats
Arctic based services – SATOCEAN-UCS-3: Detection of vessels and icebergs in Arctic areas
Feature services will have to apply specific operation scenarios serving needs of End-Users (storing of
historic data, data acquisition, data analysis etc.) and exploit already developed data and services (e.g.
Sentinel data, CMEMS data, services and products), thus overcoming limitations (obstacles) related to
storing, searching, acquiring and processing of data.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 37
Figure 8: Generic use case model for the thematic area 1: Copernicus MARINE monitoring
The following use case model (Figure 9) gives a generic view of the Public authorities’ needs that were
identified during the Phase 0 of the PCP project. The decreased number of services and scenarios was a
“clear message” from the industry during the OMC (Open Market Consultation) that was taken into account
during the tender preparation process. The figure illustrates all MARINE-EO’s feature services and the
proposed scenarios that were detected. Scenarios and services that are highlighted in red were agreed
among the end-users to be developed and be validated in areas of interest (AOIs) presented in the
following section.
Figure 9: MARINE-EO environment Services and Scenarios
Regarding security issues (but not only) in the field of maritime surveillance, European policies are driven
by interoperability, information sharing and exchange. Here, CISE roadmap is the key point. Several ongoing
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 38
projects are currently funded by European Commission funding programs. These projects take into account
many sources of information of many different types and formats that can be included in different ways. In
this environment, public authorities will gather and analyse sources of data and provide other authorities
with valuable information, at national and international levels. Earth Observation data and information
arising from data analysis, fusion, etc., should be a main contribution to the foreseen European maritime
framework.
Currently, access to Copernicus program data and services focused on security needs is not being as
complete and objective as desirable. On the other hand, Earth observation capabilities are required to be
handled by each public authority means and staff in order to be used for their own purposes and for
sharing purposes. MARINE-EO is intended to cover these gaps. MARINE-EO will provide the buyers group
(e.g. MARINE-EO’s partners & other Marine Authorities/Agencies) with a common web-based platform that
will allow obtaining data and services tailored to Public Authorities needs and built on the existing
Copernicus data and services. MARINE-EO outputs shall be ready to be introduced for use in European
maritime surveillance environment.
For MARINE-EO’s purpose, these services will be only those procured through the tender. However, in the
future, the MARINE-EO component will have to be scalable and interoperable to accommodate new
providers and services. Therefore, the overall strategy will adhere and use international standards with
respect to the operational, technological, legal and semantic widely accepted trends.
In this framework, SATSURVEILLANCE shall provide new capabilities for users to improve their awareness in
maritime environment. Products and services based on Earth observation are the key point in this project,
and are intended to fulfill gaps that other types of information cannot cover. Within SATSURVEILLANCE
thematic area, two downstreaming feature services have been selected:
1) Unusual/Irregular activity monitoring around a Critical Infrastructure
2) Enhanced Change Detection
The first service is initially foreseen to cover requirements, which respond to operational or possibly tactical
deployments, while the second service aims to provide information useful for strategic operational
purposes.
In order to ensure sustainability, Marine EO outcomes shall fit the current infrastructure and operational
framework of the maritime environment. Enhanced and new capabilities shall be covered by functional
module developments and by proper input data selection.
Regarding integration, Marine EO SATSURVEILLANCE services shall be interoperable with different legacy
systems and national-transnational current infrastructures. Therefore, they should be accessible through
current communication networks, deployed at authorities’ premises and compatible with models/formats
agreed by user communities, particular data and the CISE service model.
Operationally Marine EO services shall be merged with other data/services in order the users to get a
complete picture at once. Likewise, Marine EO data and services could be inputs for specific products and
services provided within a national authority environment. In daily work basis, three main types of
surveillance are handled: monitoring, alert management and intelligence. An analysis determining how
suitable are space based sensors, in general, and Copernicus data, in particular, for any type of surveillance,
is recommended. In SATSURVEILLANCE thematic area, legal, security and timing constraints are critical.
Some services will be required to be planned and generated within each authority premises to safeguard
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 39
sensitive or private information. On the other hand, timeline shall be minimized. Finally, agreements with
data/service providers shall be made between the authority and each one of them.
Functionally, a group of needs and improvements have been identified. Capabilities related to critical
infrastructure surveillance could include:
Areas of interest management. Areas where geo-referenced polygons are processed independently
and then information is merged to extract global analysis.
Non-collaborative vessels detection, features extraction and behavior analysis based on EO data
and other auxiliary data, for instance AIS (spoofing, shutdown).
Suspicious vessel back-tracking in time series of images, AIS analysis and other possible sources of
information.
Periodic reporting based on intelligence tools.
Any other identified by procurers.
Regarding change detection intended to irregular migration surveillance:
Departure sites vessels detection/no detection taking into account targets of interest specification.
Evidence identification based on change detection analysis by using a group of EO products
properly selected and scheduled.
Target(s) tracking estimation from EO data analysis. Adrift vessels detection and tracking estimation
in a large area shall be included.
In terms of input data versus capabilities, Marine EO has to implement a design that will take into account
the fields selected and the surveillance types identified. A complete procedure to optimize data collection-
cost trade-off shall be made available to end users including performance assessments per target type and
input EO data. As far as possible, specific data-sets shall be avoided and their cost shall be minimized by
using Sentinel data. The main goal from this point should be Sentinel data processing optimization in
detection and target feature extraction. The solution should include performance dependencies, for
instance, weather conditions, movement, etc. Support or envelop services should include a planning
service that will allow the PAs to place a request for EO and non-EO data taking into account type of
surveillance, targets of interest, cost, revisit time, weather forecast, etc.
Finally, research and innovation should be focused at least on two issues. Firstly, optimization of
performance through cutting-edge algorithms implementation should be achieved, in order to provide
operational services, mainly intended to maximize detection and target feature extraction on Sentinels
data. Secondly, support or envelop services should be matched to Copernicus missions planning and
characteristic and to end user’s needs, meaning, tools covering request to delivery phases including control
and monitoring.
Given these basic assumptions, MARINE-EO SATSURVEILLANCE services shall embed a set of operational
workflows, including data collection planning, data acquisition, data preparation, product interpretation
and analysis and report production, amongst others. The underlying idea is to provide services built as
operational workflows capable to exploit Electro-Optical and SAR-satellite data, as well as to deliver added-
value products to End-Users. The provision of outcomes, through operational workflows, facilitates the
users access to information, hiding the complexity of the whole process (including image collection,
acquisition, data preparation, automatic interpretation, analysis and production processes).
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 40
Figure 10: Service operational workflow model
Figure 11: Workflow description example
A set of services are proposed below for the SATSURVEILLANCE Services, nevertheless a different services
list could be conveyed if complying with the existing challenge:
Optical and multispectral methods include unsupervised approaches, supervised and knowledge
based approaches, pixel-based and object-oriented approaches, multivariate alteration detection,
hyperspectral approaches and approaches that deal with changes between optical images and
existing vector data, man-made object recognition, crowdsourcing features extraction, etc.
Radar methods include constant false-alarm rate detection, adaptive filtering, multi-channel
segmentation, hybrid methods and coherent detection, edge detection and features extraction,
uncoherent change detection, MTC and classification, Radargrammetric digital modelling, SAR
Signature analysis, SAR polarimetric and intereferometric methods for detection and modelling,
etc.
It is worth mentioning again that the employment of the technologies cited above is not mandatory, but
presents a comprehensive reference list of technologies considered by the Users as most relevant for
overcoming the operational obstacles present in the MARINE-EO scenarios.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 41
3.4 Expected Outcomes (per phase)
All the milestones and deliverables are required to be met in a preceding phase for progression into
subsequent phases. The following table contains the description of the objectives, the associated output
and results and the tasks to be carried out in each of the three phases, per lot:
Expected outcomes
Phase 1 - Solutions Design
Objective:
During this Phase 1, the selected Contractors are asked to provide a solution design that
will address the challenge along with the functional and non-functional requirements.
The purpose is to elaborate the solution design and determine the approach to be taken
for developing the new solutions as well as for demonstrating the technical, financial and
commercial feasibility of the proposed concepts and approach to meet the procurement
needs.
Output and
results:
A final solution design which includes evidence of having met the specification outlined in
the PCP challenge in section 3.3 of this document.
A complete assessment of each proposed design and comparison between different
solutions.
Milestones and deliverables By when?
(See section 1.4.3
- Time Schedule)
How? Output and results
Milestones:
M1.1) Kick-off
meeting(s)
Start of Phase
1 (close to
18.06.2018)
Physical and/or
online meeting
Presentation of Phase 1 action
plan between monitoring team
and contractors and Q&A
M1.2)
Preliminary
Design Review
document
delivery
End of month
4, final delivery
02.10.2018
By electronic
means
D1.1
Executive summary
Operational, functional and data
workflows
Data and service models
System/Subsystem Design
Description (SSDD)
Interface Design Description (IDD)
Traceability Matrix
TRL assessment and exploitation
plan at this level (maturity
analysis)
Phase 2 offers - feasibility analysis
for next PCP stages
D1.2
D1.3
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 42
M1.3) End of
phase 1 Review:
delivery of
solution design
End of Phase 1,
November
2018
15.11.2018
By evaluation
report
communication
to contractors
Designs
Evaluations reports per contractor
Deliverables:
D1.1) Phase 1
project abstract 30.04.2018
Abstract in the
format required
by the EU for
publication
D1.2)
Preliminary
Design Review
(PDR)
documentation
02.10.2018 By electronic
means
Document(s)
(see M1.2)
Preliminary design and basic
system architecture
Technical confidence that the
needed capability can be satisfied
within cost and schedule goals
D1.3) Space
Data Provision
Estimation for
PCP Stages 2
and 3 and Data
Management
Plan
02.10.2018 By electronic
means
Required Space Data quota per
dataset required for the next PCP
D1.4) Summary
of the main
Results
achieved
End of Phase 1
Summary in the
format required
by the EU for
publication
Summary of the main Results
achieved
D1.5) PCP Phase
1 contractors’
report
02.10.2018
By electronic
means in the
format required
by the EU for
publication
It will include a business and
exploitation plan and compliance
with the ethics requirements,
completion of the innovation
impact evaluation form.
It will also include an explanation
about the IPR measures that will
be taken in order to protect the
project results and a detailed list
with the personnel that carried
out the R&D activities.
Phase 2 - Prototypes Development
Objective: At the end of phase 2, R&D providers will have to:
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 43
Transform their solution design plans into prototypes.
Develop, demonstrate and validate prototypes in lab conditions which meet the challenge of the PCP call
Present advanced plans for conducting field testing in phase 3, including application for ethical approval if required.
To monitor the progress and facilitate the dialog, the phase will have two iterations, each
ending with a monitor briefing, where the contractor presents the current status and
testes of the prototype to the buyers group, and receives feedback on the current status.
Output and
results:
Prototypes demonstrated and validated in lab conditions containing the potential to meet
the specification of this PCP.
Documentation of the implemented prototype covering actual implementation of the
design, prototype testing processes and TRL assessment at this point.
A complete assessment of each prototype and comparison between different solutions.
Milestones and deliverables By when?
(See section 1.4.3
Time Schedule)
How? Output and results
Milestones:
M2.1) Kick-off
Phase 2
meeting
Start of Phase
2
(around
16.11.2018)
Physical and / or
Online meeting
Reviewing Action Plan between
monitoring team and contractors /
Q&A
M2.2)
Preliminary
Critical Design
Review (CDR)
documentation
delivery (see TD2
– PCP Challenge)
15.03.2019 By electronic
means
D2.1
System/Subsystem Design
Description (SSDD)
Database Design Description
(DBDD)
Interface Design Description (IDD)
Traceability Matrix
Software Validation Specification
(SVS) including Test Plans for the
FAT
TRL Assessment
D2.6) Space Data Provision
Estimation for PCP Stages 3 and
Data Management Plan
M2.3)
Prototype
validation in lab
conditions
30.05.2019 -
17.06.2019
Physical
Demonstration
(in contractors’
facilities) or
online
Demonstration
D2.2
Evaluation of the whole Prototype
phase in a presentation and
report, including Prototype lab
test results
M2.4) Final
Critical Design 16.07.2019 By electronic D2.3
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 44
Review (CDR)
documentation
delivery (see TD2
– PCP Challenge)
means Final System/Subsystem Design
Description (SSDD)
Final Database Design Description
(DBDD)
Final Interface Design Description
(IDD)
Final Software Validation
Specification (SVS) including the
final Test Plans for the FAT
Final Traceability Matrix
TRL Assessment
Final D2.6) Space Data Provision
Estimation for PCP Stages 3 and
Data Management Plan
Phase 3 offers
M2.5) Factory
Acceptance
Tests (FAT)
17.07.2019 –
02.08.2019
Tests in lab
conditions for
Final Acceptance
of the prototype
and
demonstration
to the EU
Prototype
D2.4
Acceptance tests results included
in:
• Prototype Software & Hardware
Test Plan (STP) - A plan for
conducting qualification testing
• Prototype Software & Hardware
Test Description (STD) – Test
cases/procedures for qualification
testing
•Prototype Software & Hardware
Test Report (STR) - Test results of
qualification testing
• Traceability Matrix
M2.6) End of
phase and
Factory
Acceptance
Tests (FAT)
Review
15.08.2019
By CDR
documentation
demonstration
results and
Acceptance test
results review
Prototype delivery
Evaluation report per contractor
M2.7)
Submission of
Research
Protocol for
Phase 3 Field
Test
2 months
before ending
Phase 2
Proposal for
field test Proposed protocol for field testing
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 45
Deliverables:
D2.1) Phase 2
project abstract 17.12.2018
Abstract in the
format required
by the EU for
publication
D2.2)
Preliminary
Critical Design
Review
document
15.03.2019 By electronic
means
System/Subsystem Design
Description (SSDD)
Database Design Description
(DBDD)
Interface Design Description (IDD)
Traceability Matrix
Software Validation Specification
(SVS) including Test Plans for the
FAT
TRL Assessment
D2.3) Prototype
validation in lab
conditions
report
30.05.2019 -
17.06.2019
By electronic
means
Evaluation of the whole Prototype
phase in a presentation and
report, including Prototype lab
test results
D2.4) Final
Critical Design
Review
document
16.07.2019 By electronic
means
Final System/Subsystem Design
Description (SSDD)
Final Database Design Description
(DBDD)
Final Interface Design Description
(IDD)
Final Software Validation
Specification (SVS) including the
final Test Plans for the FAT
Final Traceability Matrix
TRL Assessment
D2.5) FAT
results 02.08.2019
By electronic
means and
demonstration
to the EU
Acceptance tests results included
in:
• Prototype Software & Hardware
Test Plan (STP) - A plan for
conducting qualification testing
• Prototype Software & Hardware
Test Description (STD) – Test
cases/procedures for qualification
testing
•Prototype Software & Hardware
Test Report (STR) - Test results of
qualification testing
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 46
• Traceability Matrix
D2.6) Space
Data Provision
Estimation for
PCP Stages 3
and Data
Management
Plan
To be provided
in M2.2 and
M2.4 (final)
Report Required Space Data quota per
dataset required for the next PCP
D2.7) Data
provision status End of Phase 2 Report
Report with the data quota
consumed for each dataset
D2.8) Summary
of the main
Results
achieved
End of Phase 2
Summary in the
format required
by the EU for
publication
Summary of the main Results
achieved
D2.9) PCP Phase
2 contractors’
report
End of Phase 2
By electronic
means in the
format required
by the EU for
publication
It will include a business and
exploitation plan and compliance
with the ethics requirements,
completion of the innovation
impact evaluation form.
It will also include an explanation
about the IPR measures that will
be taken in order to protect the
project results and a detailed list
with the personnel that carried
out the R&D activities.
Phase 3 – Operational Solutions Developments
Objective:
In this final Phase, the prototypes are developed further into solutions that are piloted and
validated in real-life settings.
The objective is to provide the Buyers Group with operational solutions with the required
capabilities and maturity for the vendor to provide a solution that can work in a real-life
environment.
Output and
results:
The output is the operational solution per contractor where the successful completion of
all field-testing in a real environment ensures operational requirements compliance.
A complete assessment of each operational solution and comparison between different
solutions.
Milestones and deliverables By when?
(See section 1.4.3
Time Schedule)
How? Output and results
Milestones:
M3.1) Kick-off
meeting Phase
3
Around
16.08.2019 Physical meeting
Reviewing Action Plan between
monitoring team and contractors /
Q&A
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 47
M3.2)
Operational
scenarios and
environment
28.01.2020 -
07.02.2020
Visit to each
contractor's
premises
D3.2 Definition of the operational
scenarios and environment
M3.3) Final
solution
readiness
16.03.2020 By electronic
means
D3.3 Software Operational
Solutions (SOS)
M3.4) Set-up
Phase
Readiness
15.06.2020 By electronic
means
•Software & Hardware Test Plan
(STP) - A plan for conducting
qualification testing
• Software & Hardware Test
Description (STD) – Test
cases/procedures for qualification
testing
•Traceability Matrix
M3.5) End-
Users Training
16.06.2020 –
06.07.2020
Training sessions
and workshops User/operator manuals
M3.6)
Operation
Result Testing
and System
Acceptance
Review (SAR)
16.07.2020 –
05.08.2020
Buyers will start
the field testing
Software & Hardware Test Report
(STR) - Test results of qualification
testing
•Integration Test Reports.
•Traceability Matrix
End-user first tests results
M3.7) Final
demonstration
to EU
17.08.2020 -
04.09.2020
Physical
demonstration
M3.8) End of
phase 3 report 07.09.2020
By electronic
means Report
Deliverables:
D3.1) Phase 3
project abstract
End of Month
1 of Phase 3
Abstract in the
format required
by the EU for
publication
D3.2) Definition
of the
operational
scenarios and
environment
07.02.2020 By electronic
means TBD
D3.3) Software
Operational
Solutions (SOS)
16.03.2020 By electronic
means
Installation procedures and
software
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 48
D3.4) Software
User Manual 15.06.2020
By electronic
means Manuals
D3.5) System
Acceptance
Review (SAR)
05.08.2020 Written Report
The analysis of the outcomes of
the project and results of the
physical tests
D3.6) Data
provision status End of Phase3 Report
Report with the data quota
consumed for each dataset
D3.7) Summary
of the main
Results
achieved
End of Phase 3
Summary in the
format required
by the EU for
publication
Summary of the main Results
achieved and summary of overall
lessons learnt from the PCP
D3.8) PCP Phase
3 contractors’
report
End of Phase 3
By electronic
means in the
format required
by the EU for
publication
It will include a business and
exploitation plan and compliance
with the ethics requirements,
completion of the innovation
impact evaluation form.
It will also include an explanation
about the IPR measures that will
be taken in order to protect the
project results and a detailed list
with the personnel that carried
out the R&D activities.
Main milestones and deliverables description is included in section 7 of Tender Document 2 – PCP
Challenge.
Milestones and Deliverables for the Phases 2 and 3 are indicative at this stage and could be subject to
change. Any changes will be included in the respective Phase’s call-off stage.
Besides deliverables included in the table above, some tender documents presented in Tender Document 6
– Annexes are mandatory, specifically annexes M and L.
A report including the IPR measures taken by the contractor to protect the results and lists of names and
location of personnel that carried out the R&D activities should be provided at the end of each phase.
At the end of the PCP phase 3, contractors must agree on the text for a summary of overall lessons learnt
and results achieved from the PCP, for publication. It should be delivered by 12th September 2020.
3.5 IPR – Commercial Exploitation of results – Declaration of Pre-existing Rights
Ownership of results (foreground)
By results, the parts agree that they mean any data, knowledge, information, software, source code,
physical material, whatever their form or nature, whether or not they can be protected, which are
generated in the PCP third phase as well any attached rights, including intellectual property rights.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 49
Each Contractor that generates results owns the attached IPRs and will own results that are not IPRs.
Each Contractor is responsible for the management and protection of its IPRs and bears the costs
associated with this.
The Lead Procurer and the Buyers Group have the right to monitor the management of the IPRs.
The Contractors must inform the Buyers Group (via the Lead Procurer) of results that can be exploited,
regardless of whether they can be protected or not, within ninety (90) days from when they are generated.
The information submitted to the Lead Procurer must include information about the contents of the
results, the confirmation by the Contractor to protect them and the planned timing for protection.
If a Contractor does not seek protection for results that should be protected, the Buyers Group has the
right to request that the results are transferred to them.
IPRs rights ownership, access rights and call-back provisions have to be in accordance with Work
Programme Annex E and Grant Agreement Terms and Conditions point 13.1.1 signed by European
Commission and Marine-EO Consortium. On this basis, specific periods of time and clarifications on non-
explicit conditions are included here, in order to avoid uncertainties or misunderstanding on rights and
obligations of the Parties.
The contracts for Marine-EO pre-commercial procurement must provide for the following:
the ownership, by the subcontractors, of the intellectual property rights on the results that they
generate;
the right of the buyers to access all the results — on a royalty-free basis — for their own use;
the right of the buyers to grant (or to require the subcontractors to grant) non-exclusive licenses to
third parties to exploit the results – under fair and reasonable conditions – (without the right to
sub-license). For Affiliated Entities, as defined in 2.1, the members of the Buyers Group shall be
granted with 5 licenses for the SatOcean Services and 5 licenses for the SatSecurity Services (from
each service provider) on a royalty-free basis, until 10 years have elapsed from the end of the
project, with the possibility to transfer those licenses to any Affiliated Entity. The Affiliated Entities
do not have any rights to exploit commercially the IPR’s neither grant access to other entities or
sublicense the use of the services.
the obligation of the subcontractors to transfer back to the buyers the ownership of intellectual
property generated by subcontractors during the PCP, if subcontractors fail to commercially exploit
the results within 4 years after the finalization of the Contract;
the right of the buyers to publish — at the time of the contract award notice — the identity of the
winning tenderers and a project summary provided by the winning tenderers, and to publish —
after R&D has finished and after consulting the subcontractors — summaries of the results as well
as the identities of the subcontractors that successfully completed the last phase of the PCP.
The Contractors may transfer ownership of their Results — unless this is prohibited (or restricted) by the
security obligations and provided that they ensure that their obligations (in respect of the results) apply to
the new owner and that this new owner is obliged to pass them on in any subsequent transfer.
In that situation, the Contractor must give them at least ninety (90) days advance notice of its intention to
transfer ownership of the results and that this notification must include sufficient information on the new
owner to enable the members of the Buyers Group to assess the effects on their access rights. Any member
of the Buyers Group may object within forty-five (45) days of receiving notification, if it can show that the
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 50
transfer would adversely affect its access rights. Should an objection be raised, the transfer may not take
place until agreement has been reached between the parties concerned.
The Tenderers and the Contractors are required to set both price with the acquisition of IPR and price
without the acquisition of IPR.
To ensure that a fair market price is offered, Tenderers must state two prices:
The hypothetical price that they would have quoted if all Intellectual Property Rights, including the
ownership of Results under the PCP, would have been fully retained by the Buyers Group and Tenderers
would not have the possibility to exploit the Results (the “Virtual Price”); and the price that takes into
account the fact that they keep ownership of the Intellectual Property Rights attached to the Results under
PCP, in accordance with the provisions of the contracts, and that they can exploit these Results (the “Actual
Price”).
Commercial exploitation of results
The Contractor shall, for at least four (4) years after the end of the Framework Agreement, take measures
to ensure that its results are exploited commercially (directly or indirectly, in particular through transfer or
licensing).
If the contractor fails to commercially exploit the results within this period (or uses the results to the
detriment of the public interest, including security interests), the Buyers Group has the right to require that
ownership of the results be transferred to them.
“Failure to commercially exploit results” means not marketing a commercial application of the results
(directly or indirectly, through a subcontractor or Licensee).
The feasibility of the business plan to commercially exploit the R&D results will be assessed as part of the
award criteria (see section 4.5).
Declaration of pre-existing rights (background)
The ownership of pre-existing rights remains unchanged by the PCP.
In order to be able to distinguish clearly between results and pre-existing rights (and to establish which pre-
existing rights are held by whom):
contractors are requested to list the pre-existing rights for their proposed solution in their offers
(see section 4.6.3)
contractors will have to precisely identify if any of their Background has a Restriction on the
Freedom to Operate. All RFO will have to be specified in the Background list. If no RFO is specified
to a Background in the Background list, it will be conclusively deemed that no Restriction on the
Freedom to Operate exists on this Background;
Contractors shall grant access to procurers to their relevant pre-existing rights and sideground for carrying
out the tasks assigned to them in the PCP, in order to allow procurers to use the Marine EO solutions
developed for internal use (for non-commercial purposes outside the scope of this PCP).
The Parties must inform each other about the generation of changes in Pre-existing rights and sideground
within 15 days from the generation of the change and whether they rely on Pre-existing rights for each
phases of the PCP.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 51
The Contractors introducing background must within 2 weeks of the signing of the PCP Framework
Agreement provide the Lead Procurer with a list of the pre-existing rights it holds and/or has access.
in order to be able to distinguish clearly between results and pre-existing rights and to establish
which pre-existing rights are held by whom:
tenderers are requested to list the pre-existing rights for their proposed solution in their offers;
procurers and contractors will establish a list of respective pre-existing rights to be used — before
the start of the contract.
The Parties grant each other to each other’s pre-existing rights and sideground for carrying out the tasks
assigned to them in the PCP, for exploitation of results generated in the PCP and for using the results for
their own purposes.
The Contractors are required to give a declaration of Background IPR in the technical offer, including its
value at market price.
The Lead Procurer and other members of the Buyers Group, Preferred partners and Third parties and
providing in-kind contributions to the PCP do not hold any Pre-existing rights relevant to the PCP contracts.
The framework agreement contains a provision that describes in more detail the rights and obligations of
the different parties regarding the pre-existing rights and results.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 52
4. Conditions of the Tender
4.1 Eligible Tenderers, Joint Tenderers and Subcontracting
Participation in the tendering procedure is open on equal terms to all types of operators from any country,
regardless of their geographic location, size or governance structure. However, there will be a requirement
relating to the place of performance of the R&D services, described in section 4.4.3.
For phases 2 and 3, participation is limited to tenderers that successfully completed the preceding phase.
Tenders may be submitted by a single entity or in collaboration with others. The latter can involve either
submitting a joint tender or subcontracting, or a combination of the two approaches.
Joint tender submissions
Consortium:
According the Portuguese applicable law, a consortium of entities requires a prior procedure for drafting
the consortium agreement where the principles governing the activities, duties and obligations that legally
and jointly bind the consortium participants are established. The members of the consortium may elect an
operational coordinating entity among the participating members. The commitment regime contracted
between members of the consortium contract and a third party will be established in a proper legal
instrument and not in the consortium agreement, which does not bind the third party.
A joint tender must specify the role, qualification and experience of each member of the consortium. The
consortium members must select a ‘Lead Contractor’ who will have the power to sign the Framework
Agreement and specific contracts provide in the name and on behalf of the consortium and will be the
responsible for the contracts without prejudice to the existence of joint powers that they may grant for
receiving and making payments of a significant amount. All members of the consortium shall be jointly and
separately bound to fulfill the terms of the contracts.
The consortium members shall sign the administrative documentation that binds the members to the bid(s)
submitted to the tender.
The composition of the consortium cannot be altered without the consent of the lead procurer.
Joint tender submissions should indicate in the Tender:
Each organization/member name
The percentage split per group/consortium member
How the group/organization will work in respect of this tender
Full contact details of the single point of contact of the 'lead contractor'.
Contact details of the tenderers must be stated in Form 1 Section of the Qualification envelope. See TD3 -
Forms to obtain more information.
Group of Bidders:
According the Portuguese applicable law, the group of bidders may not have any legal relationship.
When the bid is submitted by a group of entities, the administrative documentation binding the members
of the group to the bid must be signed by the joint representative of the members of the group. In this case
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 53
should be attached to the administrative documentation the instruments of mandate issued by each
member of the group. In the absence of a common representative this documentation shall be signed by all
members or their representatives.
A joint tender must specify the role, qualification and experience of each member. The members must
select a ‘Lead Contractor’ who will have the power to sign the Framework Agreement and specific contracts
provide in the name and on behalf of the members and will be the responsible for the contracts without
prejudice to the existence of joint powers that they may grant for receiving and making payments of a
significant amount. All members shall be jointly and separately bound to fulfill the terms of the contracts.
Subcontracting
According with Portuguese applicable law the administrative documentation biding the Tenderer shall only
be signed by the bid submitting entity.
As defined in the Framework Agreement, subcontracting refers any contract or agreement between the
tenderer and any Third Party whereby that Third Party agrees to provide Services to the Tenderer to enable
or assist the Tenderer to provide the Services or any part thereof to the Buyers Group.
Tenderers must state in the tender submission if they intend to subcontract any part of the PCP obligations
to other suppliers and indicate in which extend. Subcontracting must not exceed the 40% of the contract.
Tenderers will identify in the offer who the subcontractors are and which parts of the contract they will
deliver in the project in the technical offer. Furthermore, the tenderer shall describe its approach in
selecting and managing its sub-contractors.
Subcontracting is permitted in each Phase of the MARINE-EO PCP procedure.
The Contractor must have adequate processes and procedures in place for managing and monitoring all of
the sub-contractors which the Contractor proposes to use in the delivery of this Contract. The Contractor
will be responsible for the acts and omissions of its sub-contractors as though those acts and omissions
were its own.
Contractors remain fully liable to the buyers group for the performance of the contract. Contractors must
therefore assure that subcontractors are aware of the provisions set out in the tender documents including
the related to IPRs.
If the contractor needs to change or add new subcontractors, these new subcontractors must provide a
statement declaring that is aware of the provisions set out in the tender documents, that it meets the
qualification requirements for the subcontracted service and that it has its resources at the tenderer’s
disposal for the full duration of the contract.
The execution of the tasks assigned to a subcontractor shall not be the subject of further subcontracting.
Participation in the open market consultation is not a condition for submitting a tender.
4.2 Exclusion Criteria
The exclusion criteria determine the situation of the Tenderers and subcontractors.
These criteria described below will be assessed based on the responses to questions in Form 2 section of
the Qualification envelope on a pass/fail basis. See TD3 – Forms to obtain more information.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 54
Exclusion Criteria Evidence
PART A
Bankruptcy, insolvency, compulsory winding up, receivership, composition with
creditors, or subject to relevant proceedings.
A conviction (or convictions) for a criminal offence related to business or
professional conduct.
Legal or administrative finding of a commission of an act of grave misconduct in
the course of business.
Failure to fulfil obligations related to payment of social security contributions.
Failure to fulfil obligations related to the payment of taxes.
Failure to provide information required or providing inaccurate / misleading
information when participating in procurement exercise.
Failure to obtain and maintain relevant licensing or membership of an
appropriate trading or professional organization where required by law.
Shown significant or persistent deficiencies in the performance of a substantive
requirement under a prior public contract, a prior contract with a contracting
entity or a prior concession contract which led to early termination of that prior
contract, condemned for damages or other comparable sanctions.
Declaration of Honor
(Form 2: Exclusion
Criteria Part A)
PART B
Criminal offences referred to in Article 2 of Council Framework Decision
2008/841/JHA of 24 October 2008 on combating organized crime.
Corruption as defined in Article 3 of Council Act of 26 May 1997 preparation on
the basis of Article K.3.2 c Treaty on European Union, the Convention on the fight
against corruption involving officials of the European Communities or officials of
Member States of, and Article 3.1 Council Joint Action 98/742/JHA of 22
December 1998 adopted by the Council on the basis of Article K.3 of the Treaty
on European Union, on corruption in the private sector.
Money laundering as defined in Article 1 of Council Directive 91/308/EEC of 10
June 1991 on measures to prevent the financial system for money laundering,
amended by European Parliament and Council Directive 2001/97/EC.
Fraud within the meaning of Article 1 of the Convention drawn up on the basis of
Article K.3 of the Treaty on European Union for the Protection of the
Communities' financial interests.
Terrorist offences or offences linked to terrorist activities as defined in Articles 1
and 3 of Council Framework Decision of 13 June 2002 on combating terrorism.
Child labour and other forms of trafficking in human beings as defined in Article 2
of Directive 2011/36/EU of the European Parliament and of the Council of 5 April
Declaration of honor
(Form 2: Exclusion
criteria Part B)
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 55
Exclusion Criteria Evidence
2011 on preventing and combating trafficking in human beings and protecting its
victims, and replacing Council Framework Decision 2002/629/JHA.
Is guilty of serious misrepresentation in supplying the information required under
this section or has not supplied such information.
PART C
Conflict of Interest
Declaration of honor
(Form 2: Exclusion
criteria Part C)
Tenderers that do not comply with these criteria (Part A, Part B and C) will be excluded.
4.2.1 PART A: Description
A tenderer will be excluded from further participation in the MARINE-EO if it or any subcontractor on
whose resources it relies upon in this procurement, does not meet one or several of the exclusion criteria.
(See TD3 - Form 2 “Exclusion criteria part A”)
The exclusion criteria are as follows:
Bankruptcy, insolvency, compulsory winding up, receivership, composition with creditors, or
subject to relevant proceedings.
A conviction (or convictions) for a criminal offence related to business or professional conduct.
Legal or administrative finding of a commission of an act of grave misconduct in the course of
business.
Failure to fulfil obligations related to payment of social security contributions.
Failure to fulfil obligations related to the payment of taxes.
Failure to provide information required or providing inaccurate / misleading information when
participating in procurement exercise.
Failure to obtain and maintain relevant licensing or membership of an appropriate trading or
professional organisation where required by law.
Shown significant or persistent deficiencies in the performance of a substantive requirement under
a prior public contract, a prior contract with a contracting entity or a prior concession contract
which led to early termination of that prior contract, condemned for damages or other comparable
sanctions.
Tenderers must confirm, by completing the Form 2 of the Qualification envelope that they are not
subject to any of the exclusion criteria listed below; see TD3 - Form 2 “Exclusion criteria Part A” for more
details.
4.2.2 PART B: Description
If the Lead Procurer becomes aware that a tenderer, a representative of the tenderer, or subcontractor,
under a judgment that has entered into final legal force has been sentenced for a criminal offence listed
below, such tenderer will be excluded from the PCP (See TD3- Form 2 “Exclusion criteria Part B”):
Criminal offences referred to in Article 2 of Council Framework Decision 2008/841/JHA of 24
October 2008 on combating organized crime.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 56
Corruption as defined in Article 3 of Council Act of 26 May 1997 preparation on the basis of Article
K.3.2 c Treaty on European Union, the Convention on the fight against corruption involving officials
of the European Communities or officials of Member States of, and Article 3.1 Council Joint Action
98/742/JHA of 22 December 1998 adopted by the Council on the basis of Article K.3 of the Treaty
on European Union, on corruption in the private sector.
Money laundering as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on
measures to prevent the financial system for money laundering, amended by European Parliament
and Council Directive 2001/97/EC.
Fraud within the meaning of Article 1 of the Convention drawn up on the basis of Article K.3 of the
Treaty on European Union for the Protection of the Communities' financial interests.
Terrorist offences or offences linked to terrorist activities as defined in Articles 1 and 3 of Council
Framework Decision of 13 June 2002 on combating terrorism.
Child labour and other forms of trafficking in human beings as defined in Article 2 of Directive
2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and
combating trafficking in human beings and protecting its victims, and replacing Council Framework
Decision 2002/629/JHA.
Is guilty of serious misrepresentation in supplying the information required under this section or
has not supplied such information.
Tenderers must confirm, by filling the Form 2 section of the Qualification Envelope that they are not
subject to any of the exclusion criteria listed below, See TD3 - Form 2 Exclusion criteria Part B for more
details.
4.2.3 PART C: Description
Tenderers that are subject to a conflict of interest may be excluded. If there is a potential conflict of
interest, tenderers must immediately notify the lead procurer in writing.
A conflict of interest is any situation where the impartial and objective implementation of the evaluation of
tenders and/or implementation of the contract is compromised for reasons relating to economic interests,
political or national affinity, family, personal life (e.g. family of emotional ties) or any other shared interest.
If an actual or potential conflict of interest arises at a later stage (i.e. during the implementation of the
contract), the contractor must contact the lead procurer, who is required to notify the EU and to take steps
to rectify the situation. The EU may verify the measures taken and require additional information to be
provided and/or further measures to be taken.
Tenderers must confirm, by filling the Form 2 of the Qualification envelope that they are not subject to
any conflict of interest See TD3 - Form 2 Exclusion criteria Part C for more details.
4.3 Selection Criteria
The purpose of the selection criteria is to determine whether a tenderer has the financial, economic,
technical and professional capacity necessary to carry out and perform the work.
These selection criteria will be evaluated on a pass/fail basis.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 57
“Fail” means that the evidence given does not provide sufficient indication of the Tenderer’s expertise,
ability and/or equipment to meet project’s objectives. Any Tenderer that cannot meet all requirements in
this Section will not be selected.
The selection criteria are as follows:
Selection Criteria Evidence
Demonstrate the Tenderers expertise and working
experience required to undertake an innovative
R&D project that entails software development,
integration and commercialization
Brief description of the profile of the key personnel
with competences and skills necessary to complete
the project.
CVs of key personnel (ZIP file with all CVs attached)
Tenderers that do not comply with this criterion will be excluded.
Tenderers must have:
The capacity, tools, material and equipment to:
o Carry out research and lab prototyping
o Produce and supply a limited set of first products or services and demonstrate that these
products or services are suitable for production or supply in quantity and to quality
standards defined by the procurers.
The financial and organisational structures to:
o Manage, exploit and transfer or sell the results of the PCP (including tangible and intangible
results, such as new product designs and IPRs)
o Generate revenue by marketing commercial applications of the results (directly or through
subcontractors or licensees).
Tenderers have to provide the necessary competences to ensure that they are able to complete this PCP
project.
Demonstrate the expertise and working experience required to undertake an innovative R&D
project by providing a number of CV of key personnel and competences, which they consider
necessary to complete the project.
Each Tenderer shall describe, present and confirm the required references and competences in Form 3
section of the Qualification envelope. Should there be any doubt as to any of these criteria; tenderers may
be requested to provide additional information (see TD3 – Form 3 Selection criteria for more details).
4.4 Compliance Criteria
The purpose of the compliance criteria is to determine whether the Tender is compliant with the principles
of PCP, public financing, place of performance, research integrity and security. These compliance criteria
will be evaluated on a pass/fail basis, based on the responses to the questions in Form 4 Compliance
Criteria of the Qualification envelope.
The offers for each phase will be evaluated against the compliance criteria A to E.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 58
Tenders must comply with the following compliance criteria:
Compliance Criteria Evidence
A) Compliance with the definition of R&D services Declaration of Honor (Form 4 Compliance Criteria
Part A)
B) Compatibility with other public financing Declaration of Honor (Form 4 Compliance Criteria
Part B)
C) Compliance with the requirements regarding the
place of performance of the contract
Declaration of Honor (Form 4 Compliance Criteria
Part C)
D) Compliance with ethics requirements
Declaration of Honor (Form 4 Compliance Criteria
Part D) and further description of ethic assessment
required.
E) Compliance with security requirements Declaration of Honor (Form 4 Compliance Criteria
Part E)
Additional compliance criteria for the call-off for
Phase 2 Evidence
As required for Phase 1 As required for Phase 1
Additional compliance criteria for the call-off for
Phase 3 Evidence
As required for Phase 1 and 2 As required for Phase 1 and 2
Tenders that do not comply with these criteria will be excluded.
These compliance criteria are fully described below:
4.4.1 A) Compliance with the definition of R&D Services
Tenders that go beyond the provision of R&D services will be excluded.
R&D covers fundamental, industrial research and experimental development, as per the definition given in
the EU R&D&I state aid framework13. It may include exploration and design of solutions and prototyping up
to the original development of a limited volume of first products or services in the form of a test series.
Original development of a first product or service may include limited production or supply in order to
incorporate the results of field-testing and to demonstrate that the product or service is suitable for
production or supply in quantity to acceptable quality standards14. R&D does not include quantity
production or supply to establish commercial viability or to recover R&D costs. It also excludes commercial
development activities such as incremental adaptations or routine or periodic changes to existing products,
services, production lines, processes or other operations in progress, even if such changes may constitute
improvements. The purchase of commercial volumes of products or services is not permitted.
13
See Point 15 of the Commission Communication on a framework for state aid for research and development and innovation (C(2014) 3282) 14
See Article XV(1)(e) WTO GPA 1994 and the Article XIII(1)(f) of the revised WTO GPA 2014.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 59
The definition of services means that the value of any products covered by the contract must be less than
50 % of the total value of the PCP Framework Agreement.
The following evidence is required:
the financial part of the offer for the framework agreement must provide binding unit prices for all
foreseeable items for the duration of the whole framework agreement
the financial part of the offer for each phase must give a breakdown of the price for that phase in
terms of units and unit prices for every type of item in the contract, distinguishing clearly the units
and unit prices for items that concern products
the offers for all three phases may include only items needed to address the challenge in question
and to deliver the R&D services described in the request for tenders
the offers for all three phases must offer services matching the R&D definition above
the total sum of the value of products offered in each phase and all previous phases must be less
than 50 % of the total value of the framework agreement
The evidence stated above demonstrating compliance with R&D services will be sought through the
breakdown of your financial offer as stated (For each of the PCP Phases). See TD3 – Form 7 Financial offer
for more details.
4.4.2 B) Compatibility with Other Public Financing
Tenders that receive public financing from other sources will be excluded if this leads to double public
financing or an accumulation of different types of public financing that is not permitted by EU legislation,
including EU state aid rules.
Tenderers must- for each of the phases- sign a declaration of honor stating the absence of other
incompatible public financing (See TD3 - Form 4)
4.4.3 C) Compliance with the requirements regarding the Place of Performance of the contract
Tenders will be excluded if they do not meet the following requirements relating to the place of
performance of the contract:
At least 50 % of the total value of activities covered by the framework agreement must be
performed in the EU Member States or H2020 associated countries. The principal R&D staff
working on the PCP must be located in the EU Member States or H2020 associated countries.
At least 50 % of the total value of activities covered by each specific contract for each PCP phase
must be performed in the EU Member States or in H2020 associated countries. The principal R&D
staff working on each specific contract must be located in the EU Member States or H2020
associated countries.
The percentage is calculated as the part of the total monetary value of the contract that is allocated to
activities performed in the EU Member States or in other countries associated to Horizon 2020. All activities
covered by the contract are included in the calculation, i.e. all R&D and operational activities that are
needed to perform the R&D services (e.g. research, development, testing and certifying solutions). This
includes all activities performed under the contract by contractors and, if applicable, their subcontractors.
The principal R&D staff are the main researchers, developers and testers responsible for leading the R&D
activities covered by the contract.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 60
The countries associated to Horizon 2020 are those listed as associated countries in the Participant Portal
Online Manual15.
The following evidence is required:
the financial part of the offer must provide binding unit prices for all foreseeable items for the
duration of the whole framework agreement and give a breakdown of the price for the current
phase in terms of units and unit prices (hours and unit price per hour), for every type of item in the
contract (e.g. junior and senior researchers)
a list of staff working on the specific contract (including for subcontractors), indicating clearly their
role in performing the contract (i.e. whether they are principal R&D staff or not) and the location
(country) where they will carry out their tasks under the contract
a confirmation or declaration of honour that, where certain activities forming part of the contract
are subcontracted, subcontractors will be required to comply with the place of performance
obligation to ensure that the minimum percentage of the total amount of activities that has to be
performed in the EU Member States or in countries participating in Horizon 2020 is respected
Tenderers shall - for each of the PCP Phases - provide a financial offer and present a list of staff working as
well as a confirmation or declaration of honor for subcontractors as requested above.
4.4.4 D) Compliance with Ethics Requirements
Tenders will be excluded if they:
do not comply with the following rules:
o ethical principles (including the highest standards of research integrity, notably as set out in
the European Code of Conduct for Research Integrity16 , and, in particular, avoiding
fabrication, falsification, plagiarism and other research misconduct)
o applicable international, EU and national law
include plans to carry out activities that are prohibited in all Member States or in a country outside
the EU (where those activities are allowed)
include activities whose aim is to:
o carry out human cloning for reproductive purposes
o modify the genetic heritage of human beings in such a way as could make such changes
heritable (with the exception of research relating to cancer treatment of the gonads)
o create human embryos solely for the purpose of research or for the purpose of stem cell
procurement, including by means of somatic cell nuclear transfer
include activities that do not focus exclusively on civil applications.
If the tender involves activities that raise ethical issues, the tenderer must submit an ethics self-assessment
that:
describes how the tender meets the legal and ethical requirements of the country or countries
where the tasks raising ethical issues are to be carried out
15
List of H2020 associated countries. 16
The European Code of Conduct for Research Integrity of ALLEA (All European Academies) and ESF (European Science Foundation) of March 2011.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 61
explains in detail how the tenderer intends to address the ethical issues identified, in particular as
regards:
o objectives (e.g. dealing with vulnerable populations and dual-use goods )
o methodology (e.g. involvement of children and related consent procedure and protection
of data collected)
o the potential impact (e.g. issues relating to the dual use of goods, environmental damage,
stigmatisation of particular social groups, political or financial retaliation, benefit-sharing
and malevolent use of results).
For information on ethics issues, see the guidance for EU grant beneficiaries17 “How to complete your
ethics self-assessment”.
Call-offs for phases 2 and 3 may request that this information be updated in the offers submitted for these
phases.
Before starting the particular task that raises ethical issues, contractors must provide a copy of:
any ethics committee opinion required under national law; and
any notification or authorisation for activities raising ethical issues required under national law.
The framework agreement contains a provision on ethics.
4.4.5 E) Compliance with Security requirements
Tenders will be excluded if they do not comply with EU, national and international law on dual-use goods or
dangerous materials and substances.
Tenders themselves must not contain any classified information.
If the output of activities or results proposed in the tender raise security issues or uses EU-classified
information, the tenderer must show that these issues are being handled correctly. In such a case,
tenderers are required to ensure and to provide evidence of the adequate clearance of all relevant
facilities. They must examine any issues (such as those relating to access to classified information or export
or transfer control) with the national authorities before submitting their offer. Tenders must include a draft
security classification guide (SCG), indicating the expected levels of security classification.
If necessary for the tender procedure or for performing the contract itself, contractors will be requested to
ensure appropriate security clearance for third parties (e.g. for external experts needed to evaluate the
proposal).
Call-offs for phases 2 and 3 may request that this security information be updated in the offers submitted
for that phase.
Before starting the particular task that raises security issues, contractors must provide a copy of any export
or transfer licences required under EU, national or international law.
The framework agreement and/or the specific contracts contain a provision on security.
17
http://ec.europa.eu/research/participants/data/ref/h2020/grants_manual/hi/ethics/h2020_hi_ethics-self-assess_en.pdf
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 62
4.5 Award Criteria
The award will be made on the most economically advantageous proposal based on the best quality price
ratio.
The evaluation will be assessed based on the following criteria:
Lot 1 - Thematic Area 1: Copernicus Marine Environment Monitoring and Climate Change: SATOCEAN
PHASE 1 & FRAMEWORK AGREEMENT, PHASE 2 AND PHASE 3
AWARD CRITERIA MAXIMUM
POINTS THRESHOLDS WEIGHTING
BUSINESS PLAN
A) Exploitation Plan - Short to Mid-Term
exploitation plan, including a commercialization
strategy
2
B) Commercial Viability 3
Total Business Plan 5 5%
PROJECT MANAGEMENT
A) Feasibility of the project plan and schedule 2
B) Methodology of the project, including risk
management and quality assurance 3
Total Project Management 5 5%
FUNCTIONAL QUALITY OF THE SOLUTION
A) Operation need
How well the proposed solution addresses the
identified general operational needs.
4
B) User request
How well the proposed solution addresses the
user request requirements
3
C) Human Machine Interface / Interaction
How well the proposed solution addresses the
HMI requirements
3
D) Performance & Monitor
How well the proposed solution addresses the
trace of all requests through log files
1
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 63
E) Service Catalogue
How well the proposed solution addresses the
service catalogue requirements
3
F) Service dissemination
How well the proposed solution addresses the
service dissemination requirements
3
G) Data dictionary
How well the proposed solution addresses the
data dictionary requirements
3
H) MARINE environmental status in hot spots
(AOIs e.g. Gulfs, MPAs etc)
How well the proposed solution addresses the
Marine-EO Feature 1 specific requirements
10
I) Fish Farms: Detection of Fish farms threats
How well the proposed solution addresses the
Marine-EO Feature 3 specific requirements
10
J) Detection of vessels and icebergs in Arctic
areas
How well the proposed solution addresses the
Marine-EO Feature 4 specific requirements
5
K) Reference architecture
How well the proposed solution addresses the
Marine-EO architecture specific requirements
and supporting services
5
Total Functional Quality Criteria 50 50%
NON-FUNCTIONAL QUALITY OF THE SOLUTION
A) Technology
How well the proposed solution addresses the
software, hardware and technical architecture
requirements.
5
B) Integration
How well the proposed solution addresses the
SOA, interfaces and other integration
requirements.
4
C) Availability and reliability 2
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 64
How well the proposed solution addresses the
availability and reliability requirements.
D) Maintenance
How well the proposed solution addresses the
maintenance requirements.
2
E) Training
How well the proposed solution addresses the
training requirements.
2
F) Solution technology readiness
How well is demonstrated the evolution of
solution's TRL throughout the project lifecycle.
5
Total Non-Functional Quality Criteria 20 20%
PRICE
Total Price (Actual Price) 20 20%
Lot 2 - Thematic Area 2: Copernicus Security: SATSURVEILLANCE
PHASE 1 & FRAMEWORK AGREEMENT, PHASE 2 AND PHASE 3
AWARD CRITERIA MAXIMUM
POINTS THRESHOLDS WEIGHTING
BUSINESS PLAN
A) Exploitation Plan - Short to Mid-Term
exploitation plan, including a commercialization
strategy
2
B) Commercial Viability 3
Total Business Plan 5 5%
PROJECT MANAGEMENT
A) Feasibility of the project plan and schedule 2
B) Methodology of the project, including risk
management and quality assurance 3
Total Project Management 5 5%
FUNCTIONAL QUALITY OF THE SOLUTION
A) Operation Concept and General
Requirements 6
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 65
How well the proposed solution addresses the
identified operational concept requirements
B) User request
How well the proposed solution addresses the
user request requirements
3
C) GUI – GeoPortal
How well the proposed solution addresses the
GUI requirements
5
D) Archived Imagery Search and new Acquisition
Planning Toll
How well the proposed solution addresses the
imagery search and acquisition planning toll
requirements
3
E) Product Catalogue
How well the proposed solution addresses the
product catalogue general requirements
5
F) Product dissemination
How well the proposed solution addresses the
product dissemination requirements
5
G) Data dictionary
How well the proposed solution addresses the
data dictionary requirements
3
H) Unusual / Irregular activity monitoring
around Critical Infrastructure downstreaming
service
How well the proposed solution addresses the
Marine-EO Feature 1 specific requirements
10
I) Enhanced Change Detection downstreaming
service
How well the proposed solution addresses the
Marine-EO Feature 2 specific requirements
5
J) Reference architecture
How well the proposed solution addresses the
Marine-EO architecture specific requirements
and supporting services
5
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 66
Total Functional Quality Criteria 50 50%
NON-FUNCTIONAL QUALITY OF THE SOLUTION
A) Technology
How well the proposed solution addresses the
software, hardware and technical architecture
requirements.
2
B) Integration
How well the proposed solution addresses the
SOA, interfaces and other integration
requirements.
2
C) Availability and reliability
How well the proposed solution addresses the
availability and reliability requirements.
2
D) Maintenance
How well the proposed solution addresses the
maintenance requirements.
2
E) Training
How well the proposed solution addresses the
training requirements.
2
F) Solution technology readiness
How well is demonstrated the evolution of
solution's TRL throughout the project lifecycle.
2
G) Operational suitability
How well the proposed solution addresses
operational approach general requirements
8
Total Non-Functional Quality Criteria 20 20%
PRICE
Total Price (Actual Price) 20 20%
Additional sub-criteria may be added for the call-offs for phases 2 and 3, as a way of making the award
criteria more precise, provided that they do not substantially change the existing criteria.
Should there be any doubt as to any of these criteria; tenderers may be requested to provide additional
information.
The awarded criteria will be evaluated by examining the response to the Technical envelope and the
Financial envelope (see TD-3 Form 6 Technical Offer and Form 7 Financial Offer for more details).
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 67
4.6 Submission Content and Format
4.6.1 Submission and format of tenders, tender closing time
In order to submit their bids, bidders must go to the website https://www.dgpm.mm.gov.pt.
Then, bidders must go to "Proposal“ tab and fill all the fields requested. Documents must be attached in
word, pdf or excel format (multiple files can be attached but each set of files cannot exceed 150Mb).
In Annex K - Application guidelines of TD6 - Annexes a more detailed explanation on how to submit the
proposals is provided.
4.6.2 Administrative section of the Tender
In order to be eligible, Tenderers shall submit the following documents and declarations as listed in the
indicated order below:
Qualification Envelope:
Form 1: General Tender Submission and power of attorney
Form 2: Exclusion criteria
Form 3: Selection criteria
Form 4: Compliance criteria
Technical Envelope:
Form 5: Technical offer
Financial Envelope:
Form 6: Financial Offer
In addition, the following Annexes should be completed, manually and / or digitally signed (as required):
Subcontractor Information (in case of Single / Lead Tenderers that involve any subcontractor)
Subcontractor Declaration (in case of Single / Lead Tenderers that involve any subcontractor). This
annex requires that each subcontractor complete the necessary information and manually signed
the document.
Single Tenderer Power of attorney (complete it only if you are a Single Tenderer)
Lead Tenderer Power of attorney (complete it only if you are a Lead Tenderer; complete it by the
Lead Tenderer, each consortium members. Finally, the Lead Tenderer will sign).
Framework Agreement and Specific Contract for Phase 1 (completed by the Single or Lead
Tenderer). Single / Lead Tenderer should complete the agreements with required information. The
Framework Agreement and the Specific Contract for Phase 1 templates are available in TD4 and
TD5.
Templates for completing this information are available in the TD6: Annexes.
The Tenderer is by its Tender bound by a validity period of 120 calendar days, starting from ultimate
deadline for submission, i.e. 9th April 2018.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 68
The Lead Procurer may request clarification or additional evidence or amplification of details provided. In
accordance with the principle of equal treatment, no alterations to Tenders are to be sought or accepted
through requests for clarifications. In case the provided clarification is found not compliant with what was
requested, the Tender will be excluded from further evaluation.
More detailed information for the Phase 2 and 3 offers will be provided in the Phase 2 and 3 call-offs.
4.6.3 Technical section of the Tender
Technical offer (Form 5) shall not exceed 75 pages (arial 10 or calibri 11). Annexes, including traceability
matrix, are out of this constraint. Technical offer shall cover all the three PCP Stages. Stage 1 Design should
be more detailed.
Tenders must include a detailed Technical Offer for Phase 1, containing:
A technical plan that outlines the Tenderer's idea for addressing all the requirements given in the
PCP challenge description, relating both to functionality and performance; and the technical details
of how this would be implemented. This technical plan must include an explanation of the method,
a work plan including time schedule, deliverables and milestones as detailed in the TD3 - Form 6
Technical offer.
o Executive summary
o Project Management Plan
o Service deployment lifecycle
o Software testing plan
o Quality Management Plan
o Configuration Management Plan
o Operational Concept Description
o System/Subsystem Specification
o Interface Requirements Specification
o TRL Assessment
The Tender must specify the plans and objectives of the subsequent Phases 2 and 3 and beyond.
A draft business plan that explains the proposed approach to commercially exploit the results of
the PCP and to bring a viable product or service onto the market.
A risk assessment and risk mitigation strategy.
A reply to the question "Does this tender involve ethical issues? (YES/NO)" and if YES, an ethics
self-assessment, with explanations how the ethical issues will be addressed.
A reply to the question "Does this tender involve: activities or results that may raise security issues
and/or EU-classified information18 as background or results?
A list of the pre-existing rights (Background) relevant to the Tenderer's proposed solution, in order
to allow IPR dependencies to be assessed.
ANNEX H. Requirement Traceability Matrix from offer to tender specification.
Tenders failing to meet these requirements will be excluded.
18
Commission Decision 2015/444/EC, Euratom of 13 March 2015 on the security rules for protecting EU-classified information
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 69
The information provided in the technical Sections of the tender will be used to evaluate the Tenders, on
the basis of the technical award criteria and the compliance criteria A (Compliance with the definition of
R&D services), D (Ethics and research integrity) and E (Security).
More detailed information for the Phase 2 and 3 offers (in particular on the technical implementation plan,
the updated business plan and the list of IPRs) will be provided in the Call-offs.
4.6.4 Financial section of the Tender
The tender must include a detailed financial offer specifying:
Binding unit prices for all items needed for carrying out Phase 1 and for items that are expected to
be needed for Phases 2 and 3 (given in euros, excluding VAT but including any other taxes and
duties). The Tenderers must quote binding unit prices/hourly rates for each category of R&D
resources (e.g. junior, senior researchers, developers, etc.) and specify other costs. The Tenderers
must also quote binding unit prices for their own resources for Phases 2 and 3 that are not
expected to be used in Phase 1 and quote estimated unit costs for resources of third parties to be
used in Phases 2 and 3;
A fixed total price for Phase 1 and an estimated total price for Phases 2 and 3, broken down to
show unit prices and the number of each unit needed to carry out phase 1 (given in euros,
excluding VAT but including any other taxes and duties).
In addition, the financial Section must include:
A price breakdown that shows the price for R&D services and the price for supplies of products (to
demonstrate compliance with the definition of R&D in compliance criterion A, Compliance with the
definition of R&D services);
A price breakdown that shows the location or country in which the different categories of activities
are to be carried out (e.g. x hours of senior researchers in country L at y euro/hour; a hours of
junior developers in country M at b Euro/hour) (to demonstrate compliance with the requirement
relating to place of performance in compliance criterion C, Compliance with requirements relating
to the place of performance of the contract);
In order to ensure compliance with the EU R&D&I state aid framework, the financial compensation
valuing the allocation of ownership of the IPRs generated during the PCP to the Tenderer, by giving
an absolute value for the price reduction between the price offered in the Tender compared to the
exclusive development price (i.e. the price that would have been quoted were IPR ownership to be
transferred to the Buyers Group).
The financial compensation for IPRs must reflect the market value of the benefits received (i.e. the
opportunity that the IPRs offer for commercial exploitation) and the risks assumed by the Contractor (e.g.
the cost of maintaining IPRs and bringing the products onto the market).
To ensure that a fair market price is offered, Tenderers must state two prices:
The hypothetical price that they would have quoted if all Intellectual Property Rights, including the
ownership of Results under the PCP, would have been fully retained by the Buyers Group and
Tenderers would not have the possibility to exploit the Results (the “Virtual Price”); and
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 70
The price that takes into account the fact that they keep ownership of the Intellectual Property
Rights attached to the Results under PCP, in accordance with the provisions of the contracts, and
that they can exploit these Results (the “Actual Price”).
The unit prices quoted for each category of items (e.g. hourly rates for junior and senior researchers,
developers and testers) remain binding for all phases (i.e. for the duration of the framework agreement).
Since all Contractors will be paid by the Lead Procurer (centralised payments) and as DGPM is the Lead
Procurer in the MARINE-EO PCP the Portugal VAT regime of 23% will apply.
In the Tenders for Phases 2 and 3, the Tenderers must also provide a breakdown of price, as in Phase 1.
The information provided in the financial Section of the Tender has to be submitted by means of Form 6 –
Financial Offer. The information provided in this Section of the Tender will be used to evaluate the Tenders
on the basis of the price award criteria and of the compliance criteria.
The Lead Procurer may reject a Tender if it has determined that the submitted price, in combination with
other constituent elements of the submission, is abnormally low in relation to the subject matter of the
procurement and raises concerns with the Lead Procurer as regards the ability of the Tenderer to perform
the contracts. If the Lead Procurer considers that a Tender may be abnormally low, he will request the
Tenderer to provide, in writing, details of the constituent elements of the tender, in particular with respect
to:
The economy of the services provided;
The technical solutions chosen;
Potential exceptionally favorable conditions available to the Tenderer for the execution of the
work;
The compliance with the provisions relating to employment protection and working conditions in
force at the place where the work is performed.
4.7 Other Tender Conditions
4.7.1 Signed Tenders
A signed Tender will be considered to constitute a firm, irrevocable, unchangeable and binding offer from
the Tenderer. The Tenderers signatory must have the proven power and capacity. A declaration of the
power and capacity of the authority's signatory is required, see Form 1 - General Tender Submission Form
of Tender Document 3. A signature of an authorised representative will be considered as the signature of
the Tender (and will be binding on the Tenderer or, for joint tenders, the group of Tenderers).
Each document, Tender Submission Form or Attachment, every correction, alteration and/or addition
which may impact the original conditions of the Tender must also be signed by the signatory or his
representative(s).
4.7.2 Confidentiality
Tenderers must keep confidential any information obtained in the context of the tender procedure
(including EU-classified information).
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 71
4.7.3 Language
English is the working language of the MARINE -EO Project Team and Buyers Group.
Publications on the project website http://www.marine-eo.eu and all communication relating to the
Tender procedure or the implementation of the Contract, before, during and after the procurement, will be
in English.
Tenderers shall submit their Tender by means of the predefined Tender Forms, Annexes and all related
correspondence. This applies to the Tenders for the Request for Tender and Phase 1, as well as for the
Tenders for the Phase 2 and 3 call-offs.
4.7.4 Cancellation of the Tender procedure
The Buyers Group may, at any moment, cease to proceed with the tender procedure and cancel it. The
Buyers Group reserves the right not to award any Contracts at the end of the Tender procedure. The Buyers
Group is not liable for any expense or loss the Tenderers may have incurred in preparing their Tender.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 72
5. Process Rules and Information
There are two types of evaluations under the MARINE-EO PCP:
1) Evaluation process intended to rank the Tenderers in order to award Contracts to the best-ranked
Tenders;
2) Evaluation process intended to assess the outcome of the work executed in a particular Phase. This
evaluation will lead to the decision of payments and regarding the eligibility of a Contractor to bid
for the next Phase.
The deadline of the first tender submission is 9th April 2018 at 12 p.m (CET).
After this date and time no further submissions will be permitted. It is the responsibility of the Tenderer to
ensure they submit their response before the closing date and time as no submissions will be accepted
after the tender submission deadline.
Successful tenderers will be requested to sign both a Framework Agreement and a Specific Contract for
Phase 1. For the Phases 2 and 3, selected Contractors will be asked to sign a Specific Contract for the given
Phases.
5.1 Opening of Tenders
Expected date to convene Administrative committee to proceed with the opening of offers is 10th of April,
2018.
The Administrative Committee will perform the legal opening of the offers received from the tenderers.
The objective will be to check that each candidate has provided all the requested documents in his offer.
The Administrative Committee will be composed by DGPM, which can be assisted by one representative of
each Buyer Group.
Tenders that have been submitted before the deadline will be opened by the Administrative committee
following this procedure:
The Administrative Committee will be in charge of opening the tenders and checking their general
compliance with the conditions on the content and format of the tender as requested by the PCP
request for tender specifications (See section 4.6.1 “Submission and format of tenders, tender
closing time”).
A report with the results of the session will be compiled when the session ends including the
information about the opening. This report will be agreed and signed by all members of the
Opening Committee.
Tenders not complying with the formal and procedural requirements will be excluded from the Tender
evaluation.
The opening procedure will be repeated for all Phases of this PCP.
5.2 Evaluation of Tenders
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 73
5.2.1 Committees
The goal of each Evaluation Committee is to determine the relative merits of all proposals received in
response to the tender, in a fair and consistent manner.
Each Evaluation Committee shall respect the general principles set forth in the Legislative Decree law
no.111-B/2017, August, 3rd 2017 (Portuguese Law) according with the transposition of the EU Directive
2014/24/EC, February, 26th 2014 on public procurement, from and work in accordance with all the
provisions and content of the Contract Notice and also following the rules:
1) The evaluation of Tenders must be carried out in a non-discriminatory manner;
2) In order to guarantee fairness and transparency, the evaluator’s appointment and the
establishment of the Evaluation Committees shall take place after the expiry of the deadline for the
submission of tenders.
Evaluation Committee
The Evaluation Committee (EC) is a committee that analyses, makes proposals and sets guidelines for the
whole PCP tendering process. The Evaluation Committee monitors the elaboration and approves the tender
specifications, the evaluation criteria and award criteria prepared by the Verification and Validation
Committee along with all tender documentation and the IPR management. The EC will be evaluating the
tenders received and guaranteeing that the evaluation runs according to the scope of the project. The EC
decides on possible submitted complaints during the tendering process.
The EC can also seek clarifications from tenderers where the information submitted is not sufficiently
explicit and clear. Where clarifications are required, communication with tenderer(s) is to be done in
writing by the Chairman of the EC and response from tenderers to be addressed to the Chairman of the
Evaluation Committee.
The EC will be making proposals for the Contract drafting and approving the contracts that will be
concluded with the selected companies in all PCP Phases. On the basis of the evaluation of the Verification
and Validation Committee, the EC makes the formal acceptance of the milestones and gives the
authorization for the possible associated payment and continuation to the next phase.
The EC consists of at least one representative of the Buyers Group, one representative of the Project
Coordinator, External Experts representatives (External Experts shall be subject to approval in terms of
qualification, background, and affiliation), chaired by the Lead Procurer (DGPM) representative. The
decisions will be made based on the consensus principle.
Administrative Committee
The Lead Procurer will appoint and chair the Administrative Committee (AC) for the selection of requests to
participate or tenders based on exclusion criteria.
An odd number of evaluators, experts in procurement law, will compose the Committee. At least one
expert in Portuguese law will be attending and furthermore, each procurer is entitled to appoint a national
expert.
The AC will refer to the tender specifications included in the tender under review to ensure that all
administrative documents required have been included in the forms and documents submitted by each
tenderer in phases 1, 2 and 3.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 74
Evaluators shall open requests to participate and/or bids for tenders. Only requests to participate or bids
for tenders that satisfy the provided requirements; i.e. that are not excluded on the basis of the exclusion
criteria and that meet the selection criteria shall be considered admissible for evaluation under the award
criteria.
The AC can also seek clarifications from tenderers where the information submitted is not sufficiently
explicit and clear. Where clarifications are required, communication with tenderer(s) is to be done in
writing by the Chairman of the AC.
When requesting clarifications, tenderer(s) are to be given ten (10) working days for receipt and reply.
Clarifications must not materially alter the tenderer’s original proposal.
In order to be able to ask for clarification each Buyer Group member shall be notified and agree before
such requests.
This committee will be led by the Lead Procurer, DGPM, which can be assisted by one representative of
each Buyer Group.
All decisions taken by the Administrative Committee will have to be approved by the Evaluation
Committee.
Verification and Validation Committee
The Verification and Validation Committee (VVC) will assess the technical outcomes of the work performed
by the contractors during the Solution Design, Prototyping and Operational Validation phases (Phase 1, 2
and 3) of the PCP, based on the tender specifications, the evaluation and award criteria.
The VVC reviews the technical documentation submitted by the contractors within PCP phases 1, 2 and 3,
verifies the compliance of the products with the technical requirements, expresses comments and, taking
into account the remarks of the industry, proposes to the Evaluation Committee the acceptance or the
rejection of the deliverables submitted by the industry. The VVC can also seek clarifications from tenderers
where the information submitted is not sufficiently explicit and clear. Where clarifications are required,
communication with tenderer(s) is to be done in writing by the Chairman of the VVC and response from
tenderers to be addressed to the Chairman of the VVC. The request shall be formal and each member of
the VVC shall be notified and agree of such requests.
The VVC consists of at least one representative of each Buyers Group and the Project Coordinator, chaired
by Ministerio de Interior (GUCI). The decisions will be taken based on the ¾ majority. The Technical
Advisors will assist VVC in their activities.
All members of the VVC cannot have conflict of interest in order to evaluate the technical and financial
outcomes of each PCP Stage.
All decision taken by the Verification and Validation Committee will have to be approved by the Evaluation
Committee.
Procurers Steering Committee
The Procurers Steering Committee (PSC) is the body responsible for the:
1) steering matters relating to the subject matter of the Procurement Agreement, including:
the Joint Pre-Commercial Procurement Procedure;
the approval of all the tender documents;
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 75
the carrying out of any necessary amendments to the Framework Agreement, where permitted;
any legal action under the Joint Pre-Commercial Procurement Procedure or the Framework
Agreement;
the process necessary to address any lack of compliance with the Procurers Agreement by a
Contracting Authority or breaches of the Framework Agreement by either the Tenderer or a
Contracting Authority;
the amicable settlement of disagreements between two or more Contracting Authorities
2) steering matters relating to the financial provisions between the Contracting Authorities, in
particular:
the continuous monitoring of the financial status, in order to properly sustain the procurement
process;
the definition and the approval of detailed cash flow plans, including dates and value of each
money transfer among the Lead Procurer and the Contactors;
the definition and the proposal of an amendment to the Procurers Agreement, in case the
constraints related to the Financial Provisions should be modified.
The composition of this Committee is as follows:
1) The Procurers Steering Committee is composed of one representative of the Project Coordinator
and one representative of each Contracting Authority and their alternates. Only staff of the Project
Coordinator and of a Contracting Authority (or their alternates) are entitled to participate. The Lead
Procurer shall chair the meetings of this body.
2) Advisers can also be appointed in order to assist members of the Procurers Steering Committee
and their alternates.
3) The Technical Advisor also follow the work of the PSC.
4) The Project Coordinator participating in the PSC meetings has the right to vote or to submit
proposals. Each member, advisor or observer who participates in the PSC meetings is bound by and
needs to sign a confidentiality obligation, annexed to the Procurement Agreement.
5.2.2 Evaluation Process
The Committees will evaluate the tenders, carrying out the following four steps:
1) Checking whether the tenderer is not in one of the situations covered by the exclusion criteria
(Administrative Committee)
2) For tenderers passing Step 1, assessing whether the tenderer has the capacities necessary to
perform the contract, on the basis of the selection criteria (Evaluation Committee)
3) For tenderers passing Step 2, evaluating the tender based on the compliance criteria (Evaluation
Committee)
4) For tenders passing Step 3, evaluating the tender based on the award criteria (Evaluation
Committee)
Tenders to the PCP Request for Tender, as well as the Tenders for the Phase 2 and 3 calls-offs, will
preferably be assessed and ranked by the same Committees. The MARINE-EO Buyers Group holds the right
to replace evaluators during the project provided that the replacement evaluator has the necessary skills
and represents the same member of the Buyers Group.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 76
The evaluation process under the MARINE-EO PCP will follow different steps. In a first stage, the offers
received will be checked on the basis of content and format compliance with the requirements of the
tender. After that, the administrative section will be checked. Then, the technical section will be evaluated
and finally, only the offers that fulfill the functional specifications will be evaluated in the financial section.
During the Tender evaluation, the Evaluation Committee is responsible for the final approval of the 1st step
(administrative section) and for the evaluation of all other steps (technical and financial sections).
The Verification and Validation Committee is involved only during the implementation phase of the project
(and its members can differ from phase to phase) in order to assess the technical outcomes of the
contractors and propose to the Evaluation Committee the acceptance or rejection of the deliverables
submitted by contractors. The role of the VVC is to assist in their activities the EVC which again is the
ultimate decision body for the procurement.
Figure 12: Evaluation Process
The evaluation process will be performed as detailed below:
Qualification Envelope
Evaluation of the Step 1: Exclusion criteria
This step will involve checking whether the tenderer is not in one of the situations covered by the exclusion
criteria as detailed in section 4.2. The exclusion criteria will be scored as detailed in section 4.2. Only
tenderers who successfully pass all of the exclusion criteria questions will progress to Step 2 of the
evaluation.
This step will be evaluated by the Administrative Committee.
Evaluation of the Step 2: Selection criteria
This step will involve assessing whether the tenderer has the capacities necessary to perform the contract,
on the basis of the selection criteria as detailed in section 4.3. The selection criteria will be scored as
detailed in section 4.3. These will be evaluated on a pass/fail (yes/no) basis. Only tenderers who
successfully pass all of the selection criteria will progress to Step 3 of the evaluation.
This step will be evaluated by the Evaluation Committee.
Evaluation of the Step 3: Compliance criteria
This step will involve assessing the compliance criteria as detailed in section 4.4. The compliance criteria
will be scored as detailed section 4.4. Only tenderers who successfully pass all of the compliance criteria
will progress to Step 4 of the evaluation.
This step will be evaluated by the Evaluation Committee.
Step 1 - Exclusion Criteria
• Administrative Committee
Step 2 - Selection Criteria
• Evaluation Committee
Step 3 - Compliance Criteria
• Evaluation Committee
Step 4.1 - Award Criteria (Technical
Section)
• Evaluation Committee
Step 4.2 - Award Criteria (Financial
Section)
• Evaluation Committee
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 77
Evaluation of the Step 4: Award criteria
Step 4.1 Technical Envelope
The awarded criteria are weighted as detailed in section 4.5
Each question / criteria will be graded as an individual score. In order to ensure the same level of
appreciation from the members of the Evaluation Committee, a “Scoring Grid” will be used, giving
indicative appreciation of each grade. The scoring model that will be used by the evaluators to assess and
score the extent to which a Tender is meeting the award criteria is as follows:
Score Textual Description
0% Non-existent None of the aspects of the requirement are met.
20% Very weak Multiple important aspects of the requirement are missing.
40% Weak Multiple aspects of the requirement are present, but the provided explanation
may not convince.
60% Good All important aspects are present.
80% Very good All important aspects are present and the provided explanation is very
convincing.
100% Excellent There is significant added value to the required feature, which is described very
convincingly.
Step 4.2 Financial Envelope
The financial Section of Tenders passing this step will then be evaluated.
The bid with the lowest compliant tendered price will be automatically awarded the maximum % weighting
available for Price i.e. 20%
The Financial Offer will be assessed on the basis of the following formula:
The price that will be evaluated is the Actual Price.
The Evaluation Committee will assess the financial offers.
The more points a Tender scores in total, the higher it is ranked. Based on the evaluators’ individual
assessments, which are all equally weighted, a preliminary ranking of the Tenders will be made.
If deemed necessary, an online hearing will take place, where Tenderers will be asked to clarify aspects of
their Tender.
Percentage weighted score = Price of the lowest compliant tender submitted
Price of the tender being assessed x 20
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 78
Subsequently, the Evaluation Committee will meet to collect, compare and discuss the comments of each
evaluator for each Tender, and to review the preliminary scoring and ranking to ensure that the assessment
of all Tenders is consistent and non-discriminatory. By consensus or, if that fails, by a majority of two thirds,
the Evaluation Committee will make the final ranking of the tenders and the award of the contracts.
Large differences in assessment by the evaluators will be identified. If the reasoning given by the evaluators
requires further clarification, this is provided by them.
The final award will be made on the basis of the Most Economically Advantageous Tender (MEAT).
After the award decision has been taken, the Tenderers will be informed about their ranking. To the
selected Tenderers a Framework Contract and Specific Contract for Phase 1 will be sent shortly thereafter
signed by the Lead Procurer.
If the Contractor does not deliver the Phase 1 product in time by the end of Phase 1 (Oct 2018), the
Contractor will not be given the 50% final payment of Phase 1 and will not be eligible to submit a Tender for
the next Phases
Unsuccessful Tenderers, that have not been excluded and who comply with the selection criteria, may
contact the Lead Procurer, within 5 days, to obtain additional information about their Tender not being
selected for a contract. Tenderers will be given feedback on their tender.
The process will remain the same for the different call-offs, highlighting that the evaluation of offers for
phase 2 and phase 3 has only two steps: evaluating the offers based on the compliance and award criteria.
The Evaluation Committee will evaluate the tenders and offers for the call-offs for phase 2 and 3.
Potential conflicts of interest will be avoided.
5.3 Communication Q&A
The Q&A from the open market consultation can be found on https://marine-eo.eu/event/open-market-
consultation-brokerage-event-videos-and-presentations.
For further questions, you may contact the lead procurer via email: [email protected] in
English until 24:00 of 17 / 03 / 2018.
The summary of all questions and answers will be presented in an anonymised Q&A document that will be
published on https://www.marine-eo.eu in English (final version planned for 24th March 2018, the latest).
For phases 2 and 3, the answers will not be published, but distributed to all contractors that successfully
completed the previous phase.
Unless otherwise instructed, please do not use any other contact addresses or contact any other persons in
connection with this procurement.
5.4 Procedures of Appeal
Applicable Law
The Agreement is governed by the applicable Portuguese Law, supplemented if necessary by the EU
legislation.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 79
Complaints Submission Process
All possible complaints during the tendering process shall be submitted to the Evaluation Committee (EC).
The EC is responsible to evaluate the complaints and to submit its opinion to the Steering Committee for
final decision. The complaints shall be submitted within 30 days following the notification of the final
decision of the EC in line with the Portuguese Administrative Law.
Appeal and Mediation Bodies
Possible complaints against any decision of the Steering Committee regarding the tendering process may
be reviewed by the Portuguese Administrative Courts.
Any dispute or claim arising in connection with the execution of the contracts shall be subject to be heard
by the Portuguese Administrative Courts. An arbitration clause will be provided in the contract. The arbitral
award decision will be binding to all parties and will not be subject to appeal. The arbitration proceedings
must take place in Lisbon.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 80
6. Conditions of the Contract
Successful tenderers will be requested to sign both a framework agreement and specific contracts for
phases 1, 2 and 3 (see the template given in TD 5 – Specific Contract Phase 1).
6.1 Monitoring
During each phase, contract implementation will be monitored periodically and reviewed against the
expected outcomes (milestones, deliverables and output or results) for the phase.
Each contractor will be assigned a main contact person (their supervisor) from the monitoring team
appointed by the procurers.
There will be regular monitoring meetings between contractor and the supervisor/monitoring team.
Monitoring meetings can be held physically or online and will be subject to agreement between tenderer
and monitoring team. The contractors could be asked to discuss the results achieved in the preceding
period. The supervisor, or any party designated by it, is entitled to visit the premises of the contractor and
its subcontractor. The contractor can also visit the procurer’s premises, and must cover its own costs and
thus foresee personnel and travel budget in its offer.
The monitoring team and /or supervisor will provide regular feedback in writing or electronically to
contractors after meetings or visits. Detailed information on the role of the supervisor will be provided
after awarding of the contract. This will take place as indicated in the Table Expected Outcomes (estimated)
in section 3.4., and will allow the contractors to improve the way in which their solutions address the
problem set out in the PCP description.
6.2 Payments based on satisfactory completion of Milestones and Deliverables for
the Phase
50% of payments corresponding to each PCP phase will be subject to the satisfactory completion of the
deliverables and milestones for that phase.
Satisfactory completion will be assessed by the Verification and Validation Committee.
Satisfactory completion will be assessed according to the following requirements:
if the work corresponding to that milestone / deliverable has been carried out
if a reasonable minimum quality has been delivered
if the reports have been submitted on time
if the monies have been allocated to the planned objectives
if the monies have been allocated and the work has been carried out according to the compliance
criteria (place of performance, public funding and R&D definition criteria)
and
if the work has been carried out in compliance with the provisions of the contract (including in
particular verification if the contractor has duly protected and managed IPRs generated in the
respective phase)
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 81
‘Reasonable minimum quality’ of a report means that:
the report can be read by somebody who is familiar with the topic, but not an expert
the report gives insight in the tasks performed in and the results
the report is made using the end of phase report form or (if applicable) the milestone report form
and the requirements of this form have been met
‘Reasonable minimum quality’ of a demonstration (for phase 2 or 3) means:
the demonstration can be understood by somebody who is familiar with the topic, but not an
expert (for instance, somebody with operational but not technical knowledge)
the demonstration shows how the innovation works, how it can be used and (if applicable) how it is
operated and maintained
the demonstration is accessible to parties appointed by the procurers, unless these are direct
competitors of the contractor
Satisfactory completion in each of the phases does not mean successful completion.
The assessment will consider the efforts made by contractors to take into account the feedback from the
supervisor or the monitoring team. The buyers group will approve or reject the submitted deliverable as
‘satisfactory’ according to the calendar indicated in Table Time Schedule and never later than 15 calendar
days.
Where the Verification and Validation Committee judges the completion of deliverables or milestones to be
unsatisfactory, the Procurers Steering Committee may decide to reduce or withdraw payments for that
deliverable and/or may terminate the contract according to Article 22 of the framework agreement.
In order for the work developed by the contractor during a PCP Phase can be considered satisfactory, all
the following criteria must be met (these criteria will apply on the End of Phase Report delivered by
contractors).
Minimum requirements for SATOCEAN
No. Criterion Pass/Fail Criteria
1 The proposed solution/system cover all the services
Check whether the web interface of the solution allows access to the 3 services.
2 Be registered to the platform and to the relevant/interest services.
Make a registration.
3 Be capable of requesting the application of an area of interest.
Find an area of interest.
4 Use and submit requests for EO-based services
Post a request for a new service.
5 Solution adheres to current trends (e.g. EO Initiatives, Standards, Scalability, interoperability)
Check whether the solution is based on previous developments (thus not “reinventing the wheel”).
6
Does the proposed solution overcome limitations (obstacles) related to storing, searching, acquiring and processing of big (EO and not EO) data.
Check whether the solution is using a state-of-the-art solution for cloud based processing EO data; managing “big data” challenges; catalogue solution for searching and retrieving data/products.
7 For the SATOCEAN services, a diagram of the processing steps should be available
Visible diagram on demand
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 82
No. Criterion Pass/Fail Criteria
showing the current processing step.
8
Be capable of requesting the application of another area of interest.
The system will create a “ticket” to this request and inform him/her approximately about the response time (Less than 24 hours). Then the service provider (Administration) shall examine the request and revert back to the End- User about the availability of the service. When available, the relevant cost will also be provided.
9
Be able for a certain timeframe to request the availability of very high-resolution data (Data Acquisition Request) to the Copernicus DWH (Data WareHouse)
The system will create a “ticket” to this request and inform him/her about the response time. If available, the high-resolution data will be added to the system.
10 Ability to receive orders from customers (User Requests) through web interface (Supporting service).
The system will create a “ticket” to this request and inform him/her about the feasibility of the request.
11
The Service Provider shall allow the Administrator to perform feasibility analysis as a response to End-User requests.
Reporting on the feasibility analysis of the end-users.
Minimum requirements for SATSURVEILLANCE
No. Criterion Pass/Fail Criteria
1 Proposed solution covers service 1
Correct execution of service on a prototype platform, covering request, processing and deliveries according to a surveillance plan, test data sets and procedures agreed with Marine-EO consortium.
2 Proposed solution covers service 2
Correct execution of service on a prototype platform, covering request, processing and deliveries according to a plan, test data sets and procedures agreed with Marine-EO consortium.
3 User and administrator roles are handled by platform
Complete Service 1 and Service 2 definitions can be accessed from user role, and administrator role for a set of services agreed with Marine-EO consortium.
4 EO based detection capabilities for Sentinel 1 and Sentinel 2
Detection capabilities checked by using known targets (physical and movement characteristics) checked against expectations based on analysis.
5 EO based behaviour analysis capabilities
Behaviour capabilities must be checked using known targets (physical and movement characteristics). The expected behaviour capabilities are based on prior analysis.
6 EO Based position estimation capabilities
Position estimation capabilities checked using known targets (physical and movement characteristics). The expected positions are based on prior analysis. Targets adrift and en route.
7 Alert handling capabilities The correct alert trigger in several predefined situations. Correct new monitoring plan management based on
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 83
No. Criterion Pass/Fail Criteria
the alert.
8 Report generation capabilities Correct reports generation from service outputs and alerts checked against known situations.
9 Interoperability demonstration with CISE model and common commercial GIS standards
Correct communication of a service or part of the service by EU CISE 2020 or similar infrastructure. Correct handling of graphical outputs as layers in a GIS tool agreed with the consortium.
10 AIS (auxiliary data) use in service 1
AIS data use for detection, behaviour analysis and position estimation capabilities based on known targets (physical and movement characteristics). AIS data should be checked against service 1 outputs (without AIS data).
11 CMEMS and downstream services (e.g. portus.puertos.es) use in service 1
Data use for position estimation capabilities based on known targets (physical and movement characteristics). Data should be checked against service 1 outputs that was generated without these types of data.
12
The Service Provider shall allow the Administrator to perform feasibility analysis as a response to End-User requests.
Correct reporting of the feasibility analysis of the end-users.
Contractors that do not meet all of these criteria will be considered as “not satisfactory” and are not
eligible for payment and for being considered Successful (and will not be considered to continue for the
next phase of the PCP).
Invoices must be submitted to the Lead Procurer.
Contractors’ invoices must provide:
a price breakdown showing the price for R&D services and the price for supplies of products (in
order to demonstrate compliance with the definition of R&D in compliance criterion A)
a price breakdown showing the location or country in which the different categories of activities
were performed (e.g. x hours of senior researchers in country L at y euro/hour, a hours of junior
developers in country M at b euro/hour) (in order to demonstrate compliance with the
requirement relating to the place of performance in compliance criterion C).
Payment for Phase 1: 50% of the price offered by the contractor shall be paid at the beginning of Phase 1.
50% of the price offered by the contractor shall be paid after the date in which the lead procurer declares
the satisfactory completion of Phase 1, as described in ‘Expected Outcomes’.
Payment for Phase 2: 50% of the price offered by the contractor shall be paid at the beginning of Phase 2.
50% of the price offered by the contractor shall be paid after the date in which the lead procurer declares
the satisfactory completion of Phase 2, as described in ‘Expected Outcomes’.
Payment for Phase 3: 50% of the price offered by the contractor shall be paid at the beginning of Phase 3.
50% of the price offered by the contractor shall be paid after the date in which the lead procurer declares
the satisfactory completion of Phase 3, as described in ‘Expected Outcomes’.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 84
Payments will be made to the bank account provided by the contractor within 30 days from the date of
receipt, by the lead procurer, of a correct and approved invoice.
6.3 Eligibility for the next phase based on successful completion of the phase
Eligibility for participation in the next phase will be subject to successful completion of the current phase.
Successful completion of a phase will be assessed by the Verification and Validation Committee against the
following requirements:
if all milestones have been successfully completed
if the R&D results meet the minimum functionality/performance requirements of the challenge
description (i.e. the minimum quality/efficiency improvements which the procurers set forward for
the innovative solutions to achieve)
if the results of the R&D are considered to be promising
‘Promising’ means:
for phase 1, that the feasibility is convincing
for phase 2, that the feasibility, the applicability in an operational setting and the potential impact
of the product is convincing
Only contractors classified as “satisfactory” are eligible to have their work produced during a certain phase
considered as “Successful”.
For a contractor to be considered Successful it must reach a minimum of 50 % in Phase 1, 60% in Phase 2
and 70% in Phase 3, on the following list of requirements:
Terms:
Element Meaning
KPA Key Performance Parameter
KPI Key Performance Indicator
MoP Measure of Performance
MoE Measure of Effectiveness
I Inspection
A Analysis
D Demonstration
T Test
SATOCEAN-UCS-1: MARINE environmental status in hot spots (AOIs e.g. Gulfs, MPAs etc).
KPA
FUNCTIONAL Service 1 definition
Sat Ocean 1 MARINE environmental status in hot spots
Inputs Assessment Score Requirements in TD2
KPI Inputs' suitability per service/subservice
I,A,D ,T 0-5 1_IFR_10, 1_DR_1, 2_IFR_1
KPI Inputs' dependencies understanding I,A,D ,T 0-5 1_DR_3
KPI AOIs versus EO products I,A,D ,T 0-5 1_AR_3
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 85
KPI Rules of behaviour suitability I,A,D ,T 0-5 1_DR_1
Outputs I,A,D ,T Score
KPI Output layers suitability I,A,D ,T 0-5 1_DR_7
KPI Output layers interoperability I,A,D ,T 0-5 1_IFR_9
KPI Output deliveries schedule management
I,A,D ,T 0-5 1_AR_4
KPI Quality measurements layer I,A,D ,T 0-5 1_AR_1, 1_AR_3, 1_AR_4
Process I,A,D ,T Score
KPI Algorithms suitability I,A,D ,T 0-5 1_DR_6, 1_AR_1
KPI Performance assessment I,A,D ,T 0-5 1_DR_5, 1 _DR_6
KPA FUNCTIONAL Data availability for each oceanographic parameter
Sat Ocean 1 MARINE environmental status in hot spots
Capability Assessment Score Requirements in TD2
KPI Parameter definition I,A,D ,T 0-5 1_DR_1-1DR_7
KPI Check data availability per parameter in satellite and in-situ data
I,A,D ,T 0-5 1_DR_3, 1_DR_6, 1_DR_7, 1_AR_4
KPI Parameter identification in time series I,A,D ,T 0-5 1_DR_2, 1_AR_1
KPI Determining data performance versus EO Copernicus input data
I,A,D ,T 0-5 1_DR_2, 1_AR_1
KPI Use of current Copernicus services or data for each predefined parameter (e.g. CMEMS)
I,A,D ,T 0-5 1_DR_1, 1_DR_3, 1_DR_7
KPA FUNCTIONAL Data mining
Sat Ocean 1 MARINE environmental status in hot spots
Capability Assessment Score Requirements in TD2
KPI Data mining and tuning from available datasets per desired oceanographic parameter: In EO Copernicus input data In in-situ data
I,A,D ,T 0-5 1_AR_1, 1_AR_2, 1_AR_4
KPA OPERATIONAL Service continuity
Sat Ocean 1 MARINE environmental status in hot spots
Capability Assessment Score Requirements in TD2
KPI EO data source availability I,A,D ,T 0-5 1_DR_2, 1_DR_5, 1_DR_6
KPI Auxiliary data availability I,A,D ,T 0-5 1_DR_3, 1_DR_7
KPA OPERATIONAL Scenarios
Sat Ocean 1 MARINE environmental status in hot spots
Capability Assessment Score Requirements in TD2
KPI Monitoring execution including product I,A,D ,T 0-5 2_AR_1, 2_AR_3, 2_DR_4
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 86
KPA OPERATIONAL Scenarios
Sat Ocean 1 MARINE environmental status in hot spots
Capability Assessment Score Requirements in TD2
deliveries
KPI Alert handling I,A,D ,T 0-5 1_IFR_3, 1_IFR_10, 2_AR_4
KPI Planning update I,A,D ,T 0-5 1_IFR_1
KPI Debriefing and Ex-post analysis I,A,D ,T 0-5 All
SATOCEAN-UCS-2: Fish Farms: Detection of Fish farms threats
KPA
FUNCTIONAL Service 2 definition
Sat Ocean 2 Detection of Fish farms threats
Inputs Assessment Score Requirements in TD2
KPI Inputs' suitability per service/subservice
I,A,D ,T 0-5 3_DR_1 - 3_DR_5
KPI Inputs' dependencies understanding
I,A,D ,T 0-5 3_DR_1, 3_DR_3,
KPI AOIs versus EO products I,A,D ,T 0-5 3_AR_1, 3_IFR_7
KPI Rules of behaviour suitability I,A,D ,T 0-5 3_DR_1, 3_AR_3
Outputs I,A,D ,T Score
KPI Output layers suitability I,A,D ,T 0-5 3_AR_1, 3_IFR_7
KPI Output layers interoperability I,A,D ,T 0-5 3_AR_1, 3_IFR_2,
KPI Output deliveries schedule management
I,A,D ,T 0-5 3_AR_1, 3_IFR_11, 3_IFR_12
KPI Quality measurements layer I,A,D ,T 0-5 3_AR_3, 3_AR_4
Process I,A,D ,T Score
KPI Algorithms suitability I,A,D ,T 0-5 3_IFR_5, 3_IFR_6, 3_IFR_7, 3_IFR_12
KPI Performance assessment I,A,D ,T 0-5 3_IFR_8, 3_IFR_10, 3_IFR_11, 3_IFR_12
KPA FUNCTIONAL
Data availability for each oceanographic parameter
Sat Ocean 1 Detection of Fish farms threats
Capability Assessment Score Requirements in TD2
KPI Parameter definition I,A,D ,T 0-5 3_AR_1, 3_AR_2
KPI Check data availability per parameter in satellite and in-situ data
I,A,D ,T 0-5 3_AR_1, 3_IFR_6, 3_IFR_7,
KPI Parameter identification in time series
I,A,D ,T 0-5 3_IFR_6, 3_IFR_7, 3_IFR_8, 3_IFR_12
KPI Determining data performance versus EO Copernicus input data
I,A,D ,T 0-5 3_DR_4, 3_AR_1, 3_AR_2, 3_IFR_1, 3_IFR_7
KPI Use of current Copernicus services or data (e.g. CMEMS)
I,A,D ,T 0-5 3_DR_4, 3_AR_1, 3_AR_2, 3_IFR_1, 3_IFR_7
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 87
KPA OPERATIONAL Data Mining Sat Ocean 1 Detection of Fish farms threats
Capability Assessment Score Requirements in TD2
KPI Data mining and tuning from available datasets per desired oceanographic parameter: In EO Copernicus input data In in-situ data
I,A,D ,T 0-5 3_DR_1 – 3_DR_5, 3_ARE_3, 3_IFR_7
KPA OPERATIONAL Service continuity Sat Ocean 1 Detection of Fish farms threats
Capability Assessment Score Requirements in TD2
KPI EO data source availability I,A,D ,T 0-5 3_DR_1 – 3_DR_5
KPI Auxiliary data availability I,A,D ,T 0-5 3_DR_5, 3_IFR_6
KPA OPERATIONAL Scenarios Sat Ocean 1 Detection of Fish farms threats
Capability Assessment Score Requirements in TD2
KPI Monitoring execution including product deliveries
I,A,D ,T 0-5 3_DR_1 – 3_DR_5, 3_AR_1 – 3_AR_3, 3_IFR_1 - 3_IFR_12
KPI Alert handling I,A,D ,T 0-5 3_IFR_5, 3_IFR_12
KPI Output layers interoperability I,A,D ,T 0-5 3_AR_3, 3_IFR_6,
KPI Planning Update I,A,D ,T 0-5 3_AR_1
KPI Performance I,A,D ,T 0-5 3_AR_3, 3_IFR_3
KPI Debriefing and Ex-post analysis I,A,D ,T 0-5 All
SATOCEAN-UCS-3: Detection of vessels and icebergs in Arctic areas
KPA
FUNCTIONAL Service 3 definition
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Inputs Assessment Score Requirements in TD2
KPI Inputs' suitability per service/subservice
I,A,D ,T 0-5 4_DR_1
KPI Inputs' dependencies understanding
I,A,D ,T 0-5 4_IFR_1, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPI AOIs versus EO products I,A,D ,T 0-5 4_DR_1, 4DR_5, 4_IFR_2, 4_IFR_3
KPI Rules of behaviour suitability I,A,D ,T 0-5 4_DR_1 – 4_DR_5, 4_IFR_1-4_IFR-6
Outputs I,A,D ,T Score
KPI Output layers suitability I,A,D ,T 0-5 4_AR_1, 4_AR_2, 4_IFR_1 – 4_IFR_6
KPI Output layers interoperability I,A,D ,T 0-5 4_AR_1, 4_AR_2, 4_DR_5
KPI Output deliveries schedule management
I,A,D ,T 0-5 4_AR_1, 4_AR_2, 4_DR_5
KPI Quality measurements layer I,A,D ,T 0-5 4_AR_1, 4_AR_2,
Process I,A,D ,T Score
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 88
KPI Algorithms suitability I,A,D ,T 0-5 4_DR_2
KPI Performance assessment I,A,D ,T 0-5 4_AR_1, 4_AR_2, 4_DR_5
KPA FUNCTIONAL
Detection capabilities
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Capability Assessment Score Requirements in TD2
KPI Target detection and recognition I,A,D ,T 0-5 4_AR_1, 4_AR_2
KPI Increased reliability of target detection I,A,D ,T 0-5 4_AR_1, 4_AR_2
KPI Target physical parameters I,A,D ,T 0-5 4_AR_1, 4_AR_2
KPI Target dynamic parameters I,A,D ,T 0-5 4_AR_1, 4_AR_2
KPI Iceberg target classification I,A,D ,T 0-5 4_AR_2
KPI Vessel target classification (including polar code / non-polar code certified vessels; vessels involved in dynamic positioning or seismic cable, drilling vessels, fishing vessels)
I,A,D ,T 0-5 4_AR_1, 4_AR_2
KPI Target identification in time series. I,A,D ,T 0-5 4_DR_3, 4_DR_4
KPI Distinguish free-floating icebergs from human-controlled vessels.
I,A,D ,T 0-5 4_AR_2
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 4_DR_5, 4_IFR_1
KPI Use of current Copernicus services or data (e.g. CMEMS)
I,A,D ,T 0-5 4_DR_1, 4_DR_2
KPA FUNCTIONAL
Behaviour analysis capabilities
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Capability Assessment Score Requirements in TD2
KPI Meeting / approach identification I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPI Suspicious voyage track is combining vessel and iceberg.
I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 4_DR_5
KPI Monitoring of iceberg status in AOI over time
I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPA FUNCTIONAL
Position estimation capabilities
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Capability Assessment Score Requirements in TD2
KPI Location I,A,D ,T 0-5 4_DR_2, 4_DR_4, 4_AR_1, 4_IFR_1
KPI Movement I,A,D ,T 0-5 4_DR_2, 4_DR_4, 4_AR_2, 4_IFR_1
KPI Position estimation at time steps I,A,D ,T 0-5 4_DR_2, 4_DR_4, 4_AR_1,
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 89
KPA FUNCTIONAL
Position estimation capabilities
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Capability Assessment Score Requirements in TD2
4_IFR_1
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 4_DR_3, 4_IFR_1
KPI Use of current Copernicus services or data (e.g. CMEMS)
I,A,D ,T 0-5 4_DR_1, 4_DR_4, 4_DR_5, 4_IFR_1
KPA FUNCTIONAL
Image/video and data delivery
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Capability Assessment Score Requirements in TD2
KPI Full motion video imagery collection on demand; high image resolution and quality. AIS data, SAR data.
I,A,D ,T 0-5 4_DR_3
KPA OPERATIONAL Service continuity
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Capability Assessment Score Requirements in TD2
KPI EO data source availability I,A,D ,T 0-5 4_DR_1, 4_DR_5
KPI Auxiliary data availability I,A,D ,T 0-5 4_DR_2, 4_DR_3, 4_DR_4
KPA OPERATIONAL Scenarios
Sat Ocean 3 Detection of vessels and icebergs in Arctic areas
Capability Assessment Score Requirements in TD2
KPI Monitoring execution including product deliveries while decreasing the time delivery of recent images
I,A,D ,T 0-5 4_DR_5, 4_IFR_5
KPI Alert handling I,A,D ,T 0-5 4_AR_2,
KPI Output layers interoperability
I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPI Planning update
I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPI Use case performance and IT performance
I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPI Debriefing and Ex-post analysis
I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
KPI Use case & Scenario database archiving with information retrieval on demand.
I,A,D ,T 0-5 4_IFR_1, 4_IFR_2, 4_IFR_3, 4_IFR_4, 4_IFR_5, 4_IFR_6
Sat Surveillance 1: Unusual/Irregular activity around a critical Infrastructure: functional and operational
aspects.
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 90
KPA FUNCTIONAL Service 1 definition
Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Inputs Assessment Score Requirements in TD2
KPI Inputs' suitability per service/subservice
I,A,D ,T 0-5 GEN5, GEN9, GEN10, OP4, OP5, OP8, OP12, OP15, SEV1, SEV2, SEV4, SEV11, SEV13
KPI Inputs' dependencies understanding
I,A,D ,T 0-5 GEN5, GEN9, GEN10, OP3, OP4, OP5, OP8, OP12,OP15, SEV1, SEV3, SEV11
KPI AOIs versus EO products
I,A,D ,T 0-5 GEN5, GEN9, GEN10,OP3, OP4, OP5, OP8, OP9, OP13, OP14, OP16, SEV1, SEV11
KPI Rules of behaviour suitability
I,A,D ,T 0-5 OP3, OP4, OP5, OP8, OP11, OP18, GEN5, GEN9, GEN10,SEV1, SEV2, SEV8
Outputs I,A,D ,T Score
KPI Output layers suitability
I,A,D ,T 0-5 GEN1, GEN6,GEN10, SEV1, SEV12, SEV22, SEV23, SEV34, SEV35
KPI Output layers interoperability
I,A,D ,T 0-5 GEN1, GEN3, GEN7,GEN8, OP27, OP28, SEV1, SEV9, SEV14, SEV15, SEV23, SEV35
KPI Output deliveries schedule management
I,A,D ,T 0-5 GEN4, OP17, OP26, OP28, SEV1
KPI Quality measurements layer
I,A,D ,T 0-5 SEV1, SEV16
Process I,A,D ,T Score
KPI Algorithms suitability I,A,D ,T 0-5 GEN1, GEN6, OP16,SEV1, SEV6, SEV7
KPI Performance assessment
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP16, OP19, SEV1, SEV16
KPA FUNCTIONAL
Detection capabilities
Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
KPI Target detection I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP20, SEV1, SEV13
KPI Target physical parameters
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP20, SEV1, SEV13
KPI Target movement parameters
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP20, SEV1, SEV13
KPI Target classification I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP20, SEV1, SEV13
KPI Target identification in time series
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP20, SEV1, SEV13
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 GEN5, GEN9, GEN10, OP20, SEV1, SEV11
KPI Use of current Copernicus services or data (e.g.
I,A,D ,T 0-5 GEN4, GEN5, GEN9, OP20, SEV1, SEV11
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 91
KPA FUNCTIONAL
Detection capabilities
Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
CMEMS)
KPA FUNCTIONAL Behaviour analysis capabilities
Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
KPI Meeting identification
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP21, SEV1, SEV11, SEV13
KPI Suspicious track over a period of time
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP21,SEV1, SEV11, SEV13
KPI Repetitive behaviour identification
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP21,SEV1, SEV7, SEV11, SEV13
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 GEN4, GEN5, GEN9, OP21, SEV1, SEV11, SEV13
KPA FUNCTIONAL Position estimation capabilities
Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
KPI Location I,A,D ,T 0-5 GEN1, GEN6, GEN10, SEV1, SEV12, SEV13
KPI Movement I,A,D ,T 0-5 GEN1, GEN6, GEN10, SEV1, SEV12, SEV13
KPI Position estimation at time steps
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP22, SEV1, SEV13
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 GEN4, GEN5,GEN9,OP22, SEV1, SEV11
KPI Use of current Copernicus services or data (e.g. CMEMS)
I,A,D ,T 0-5 GEN4, GEN5,GEN9, SEV1, SEV11
KPA OPERATIONAL Use cases Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 92
KPA OPERATIONAL Use cases Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
KPI Use case 1 performance
I,A,D ,T 0-5 GEN1, GEN2, GEN6, GEN10, OP20, OP21, OP22, SEV1, SEV11, SEV12, SEV13, SEV14, SEV15, SEV16, SEV17
KPI Use case 2 performance
I,A,D ,T 0-5 GEN1, GEN2, GEN6, GEN10, OP23, OP24, SEV1, SEV18, SEV19, SEV20, SEV25, SEV26, SEV27
KPI Use case 3 performance
I,A,D ,T 0-5 GEN1, GEN2, GEN6, GEN10, OP23, OP24, SEV1, SEV31, SEV32
KPI Improvement by using optical and radar EO products (e.g. revisit, detection, features extraction)
I,A,D ,T 0-5 GEN1, GEN4, GEN5, GEN6, GEN9, GEN10, SEV1, SEV11
KPA OPERATIONAL Service continuity Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
KPI EO data source availability
I,A,D ,T 0-5 GEN4, SEV1
KPI Auxiliary data availability
I,A,D ,T 0-5 GEN8, SEV1, SEV3, SEV4, SEV10
KPA OPERATIONAL scenarios Sat Surveillance 1 Unusual/Irregular activity around a Critical Infrastructure
Capability Assessment Score Requirements in TD2
KPI Surveillance planning in a critical infrastructure management from end-user facilities
I,A,D ,T 0-5 GEN1, GEN2, GEN5, GEN6, GEN10, SEV1, SEV2 SEV26, SEV28
KPI Monitoring execution including product deliveries
I,A,D ,T 0-5 GEN1, GEN2, GEN5, GEN6, GEN7, GEN10, OP17, SEV1
KPI Alert handling I,A,D ,T 0-5 GEN1, GEN2, GEN3, GEN5, GEN6, GEN7, GEN8, GEN10, OP25, SEV1, SEV5, SEV9, SEV11, SEV12, SEV13, SEV14,SEV15, SEV16, SEV17,SEV18, SEV19, SEV20, SEV31, SEV32
KPI Planning update I,A,D ,T 0-5 GEN1, GEN2, GEN3, GEN5, GEN6, GEN7, GEN8, GEN9, GEN10, OP26, SEV1, SEV27, SEV28
KPI Report generation I,A,D ,T 0-5 GEN1, GEN2, GEN3, SEV1
KPI Debriefing and Ex-post analysis
I,A,D ,T 0-5 GEN1, GEN2, GEN3, GEN4, GEN5, GEN6, GEN7, GEN8, GEN9, GEN10,SEV1
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 93
Sat Surveillance 2: Change detection around coastal areas: functional and operational aspects.
KPA FUNCTIONAL Service 2 definition
Sat Surveillance 2 Change detection around coastal areas
Inputs Assessment Score Requirements in TD2
KPI Inputs' suitability per service/subservice
I,A,D ,T 0-5 GEN5, GEN9, GEN10, OP3, OP4, OP5, OP8, OP12, OP15, SEV1, SEV 55, SEV 58, SEV 59
KPI Inputs' dependencies understanding
I,A,D ,T 0-5 GEN5, GEN9, GEN10, OP3, OP4, OP5, OP8, OP12, OP15, SEV1, SEV 55, SEV 58, SEV 59
KPI AOIs versus EO products
I,A,D ,T 0-5 GEN5, GEN9, GEN10, OP3, OP4, OP5, OP8, OP9, OP13, OP14, OP16, SEV1, SEV56, SEV 59, SEV 66
KPI Rules of target types definition and characterization
I,A,D ,T 0-5 GEN5, GEN9, GEN10, OP3, OP4, OP5, OP8, OP11, SEV1, SEV 55
Outputs I,A,D ,T Score
KPI Output layers suitability
I,A,D ,T 0-5 GEN1, GEN6,GEN10, SEV1, SEV57, SEV 58, SEV 61, SEV 64, SEV 67, SEV73
KPI Output layers interoperability
I,A,D ,T 0-5 GEN1, GEN3, GEN7,GEN8, OP27, OP28, SEV1, SEV57,SEV 58, SEV 61, SEV 62, SEV 63, SEV 67, SEV 76
KPI Output deliveries schedule management
I,A,D ,T 0-5 GEN4, OP17, OP26, OP28, SEV1, SEV 58, SEV 61, SEV 63, SEV 65, SEV77
KPI Quality measurements layer
I,A,D ,T 0-5 SEV1, SEV 58, SEV 64
Process I,A,D ,T Score
KPI Algorithms suitability I,A,D ,T 0-5 GEN1, GEN6, OP16, SEV1, SEV 56, SEV57, SEV 58, SEV 59, SEV60
KPI Performance assessment
I,A,D ,T 0-5 GEN1, GEN6, OP16, OP19, GEN10, SEV1, SEV 58, SEV 64
KPA FUNCTIONAL Change detection in harbours
Sat Surveillance 2 Change detection around coastal areas
Capability Assessment Score Requirements in TD2
KPI Area change detection
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP23, SEV1, SEV 57, SEV59, SEV60, SEV 67
KPI Specific target change detection
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP23, SEV1, SEV 57, SEV59, SEV60, SEV 67
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 GEN4, GEN5, GEN9, OP23, SEV1, SEV 57, SEV 58, SEV59, SEV60, SEV 64, SEV 67
KPA FUNCTIONAL Change detection in coastal areas
Sat Surveillance 2 Change detection around coastal areas
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 94
Capability Assessment Score Requirements in TD2
KPI Area change detection
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP24, SEV1, SEV 57, SEV 58, SEV 59, SEV 60, SEV 67
KPI Extended target change detection
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP24, SEV1, SEV 57, SEV 58, SEV 59, SEV 60, SEV 67
KPI Specific target change detection
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP24, SEV1, SEV 57, SEV 58, SEV 59, SEV 60, SEV 67
KPI Determining capability performance versus EO Copernicus input data
I,A,D ,T 0-5 GEN4, GEN5, GEN9, SEV1, SEV 57, SEV 58 SEV 59, SEV 60, SEV 64, SEV 67
KPA OPERATIONAL Use cases Sat Surveillance 2 Change detection around coastal areas
Capability Assessment Score Requirements in TD2
KPI Performance in regional change detection management
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP24, SEV1, SEV 58, SEV 64, SEV 67
KPI Performance in targeted change detection management
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP24, SEV1, SEV 58, SEV 64, SEV 67
KPI Performance in action mode change detection management
I,A,D ,T 0-5 GEN1, GEN6, GEN10, OP24, SEV1, SEV 58, SEV 64, SEV 67
KPI Use case performance
I,A,D ,T 0-5 GEN1, GEN4, GEN5, GEN9, GEN10, OP24,SEV1, SEV 55, SEV 56, SEV 57, SEV 58, SEV 59, SEV 60, SEV 61, SEV 62, SEV 63, SEV 64, SEV 65, SEV 66, SEV 67, SEV 76
KPA OPERATIONAL Service continuity Sat Surveillance 2 Change detection around coastal areas
Capability Assessment Score Requirements in TD2
KPI EO data source availability
I,A,D ,T 0-5 GEN4, SEV1, SEV 56, SEV 58, SEV 59, SEV66
KPI Auxiliary data availability
I,A,D ,T 0-5 GEN4, SEV1, SEV 56, SEV 58, SEV 59
KPI VDS service availability
I,A,D ,T 0-5 GEN4, OP20, SEV1, SEV 58
KPA OPERATIONAL Scenarios Sat Surveillance 2 Change detection around coastal areas
Capability Assessment Score Requirements in TD2
KPI Regional change I,A,D ,T 0-5 GEN1, GEN2, GEN5, GEN6, GEN10, SEV1, SEV 55,
This procurement receives funding under the European Union’s Horizon 2020 research and innovation programme under
the grant agreement No 730098. The EU is however not participating as a contracting authority in this procurement.
Copyright Marine-EO Consortium. All rights reserved. 95
KPA OPERATIONAL Scenarios Sat Surveillance 2 Change detection around coastal areas
Capability Assessment Score Requirements in TD2
detection planning in a suspicious area from end-user facilities
SEV 56, SEV 58, SEV 66,
KPI Monitoring execution including product deliveries
I,A,D ,T 0-5 GEN1, GEN2, GEN5, GEN6, GEN7, GEN10, SEV1, SEV 55, SEV 56, SEV 57, SEV 58, SEV 59, SEV 60, SEV 61, SEV 62, SEV 63, SEV 64, SEV 65, SEV 66, SEV 67, SEV 76
KPI Alert handling I,A,D ,T 0-5 GEN1, GEN2, GEN3, GEN5, GEN6, GEN7, GEN8, GEN10, OP25, SEV1, , SEV 61, SEV 62, SEV 63, SEV 64, SEV 65, SEV 66
KPI Report generation I,A,D ,T 0-5 GEN1, GEN2, GEN3, SEV1, SEV 58, SEV 61
The Verification and Validation Committee will only evaluate the Proposals for the next Phase of those
contractors that reach the minimum of 60% on requirements listed above. All contractors that do not reach
the minimum of 60% will not be considered successful and therefore are not eligible to continue to next
phase.
Proposals for the next phase of contractors that scored more than 60% will be evaluated by the Verification
and Validation Committee, taking in consideration the Compliance and Award Criteria defined for each
phase. This evaluation will then rank the proposals eligible for next phase and define which contractors will
be invited to sign a Specific Contract Phase and which contractor will be excluded from the PCP.
6.4 Finalization of Phase 3: Link with possible follow-up PPI Procurement
A new call for tenders may be launched for any follow-up public procurement of innovative solutions (PPI)
to deploy a commercial volume of innovative solutions.