Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Aviation Safety, Environment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Horizon 2020 Research Project: Vulnerability of Manned Aircraft to Drone Strikes
Reference number: EASA.2019.HVP.09
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The general objective of the project is to achieve a validated understanding of the outcome of potential collision of mass market drones (‘threat’) with manned aircraft (‘target’), identify and recommend drone design strategies to contain the risk that drone-aircraft collision may induce on the aircraft and its occupants, define a draft design/test standard for future drones to be put on the market within the EASA open category.
II.1.5)Estimated total valueValue excluding VAT: 1 800 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: DEA23 Köln, Kreisfreie Stadt
Main site or place of performance:
II.2.4)Description of the procurement:
List of tasks:
1) Project preparation;
2) Determination of the collision envelope;
3) Development and Validation of threat models;
4) Development and validation of models of local targets;
5) Development and Validation of collision models and synthesis report on vulnerability of manned aircraft;
6) Study the effect of collision of batteries;
7) Design and development of the ‘collision tool’;
8) Analysis and determination of design strategies for UA with low damage-inflicting potential in case of collision;
9) Recommendation for design strategies and determination of design standards and/or test standards.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/12/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 8 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 18/12/2019
Local time: 10:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:20/09/2019