Legal Basis:
Directive 2014/24/EU
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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Contract for the Provision of Support for PRS User Readiness (SPUR)
Reference number: 696/PP/2018/FC
II.1.2)Main CPV code73220000 Development consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The present call for tenders refers to the provision of support for PRS user readiness (SPUR). The resulting framework service contract will run up to a maximum of 48 months and will be focusing mainly on awareness activities. It also comprises the elaboration of specific documents related to the PRS User Segment, as well as the provision of support to Commission for various Working Groups and development of PRS User Segment Lab facilities in a European Commission premises.
II.1.5)Estimated total valueValue excluding VAT: 4 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)38112100 Global navigation and positioning systems (GPS or equivalent)
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
Contractor's premises or any other place indicated in the tender specifications
II.2.4)Description of the procurement:
The future Framework Contract SPUR shall cover the following 4 tasks:
1) Coordination and Assistance to PRS Pilot Project activities;
2) Awareness and Training for Member States (MSs);
3) Assistance in drafting documents related to the PRS User Segment;
4) Specific Technical support to the Programme and the Member States.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
It should be noted that in compliance with Decision No. 1104/2011/EU of the European Parliament and of the Council of 25.10.2011, on the rules for access to the public regulated service provided by the Global Navigation Satellite System established under the Galileo Programme, the tenders must be based in a public regulated service participant country, as defined at Article 2(a) of the aforementioned Decision. This applies to subcontractors as well.
In addition, in order to be entitled to request the Reference Documents in Section 1.4.2 of the tender specification, defined as proprietary information, the tenderer shall attach to the request form provided under Annex 6.10 of the tender specifications, as well as the completed NDA, see Annex 6.11 and the SAB Authorization to handle PRS information for this specific ITT.
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.2.2)Contract performance conditions:
"See internet address provided in section I.3"
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 03/04/2019
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 05/04/2019
Local time: 11:00
Place:
European Commission
Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs
Financial Management of Space Programmes (02)
Office address: Avenue d'Auderghem 45
B-1049 Brussels, Belgium
Information about authorised persons and opening procedure:
An authorised representative of each tenderer may attend the opening of the bids. Companies wishing to attend are requested to notify their intention by sending an e-mail to GROW-GP2-CALL-FOR-TENDERS@ec.europa.eu at least 48 hours in advance. This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening of the bids.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3 as the information is provided in the invitation to tender.
VI.5)Date of dispatch of this notice:09/01/2019