Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from 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:
Environmental Labelling for Aviation
Reference number: EASA.2021.HVP.02
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:
EASA received a mandate to develop an environmental labelling system for aviation. This contract will support the implementation of the pilot phase of the project with a focus on refining existing metrics and developing an approach towards life cycle assessments to underpin the labels for aircraft, airlines, flights.
II.1.5)Estimated total valueValue excluding VAT: 840 000.00 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
II.2.4)Description of the procurement:
7 work packages are defined in Annex I to contribution agreement ‘Description of the Entrusted Tasks’:
1) Intervention logic and scoping;
2) Process and stakeholder management;
3) Aircraft technology environmental performance and labelling;
4) Airline and flight environmental performance and labelling;
5) Airport perspectives (‘league tables’);
6) Digital communication;
7) Impact Assessment.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 840 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 28
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:
The Entrusted Tasks are financed under the 2018-2020 Work programme (Commission Implementing Decision C(2020)2589 of 29-04-2020 on the financing of four new pilot projects and the extension of one pilot project and one preparatory Action in the field of Mobility and Transport for 2020).
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: 15/03/2021
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 16/03/2021
Local time: 10:00
Place:
Online Meeting Using Cisco WebEx
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
GC.Registry@curia.europa.euTelephone: +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).
VI.5)Date of dispatch of this notice:05/02/2021