Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Strategic Support to the Shift2Rail Joint Undertaking — Provision of Services to the S2R JU in the Fields of Lot 1 — Strategy Advice, Lot 2 — Support to Programme Management, Lot 3 — Legal Assistance
Reference number: S2R.19.OP.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:
In order to ensure the adequate management of its activities and deal with the complexity of the S2R JU programme without increasing rigidity in its organisation and cost structure, the S2R JU considers key to avail itself of the support of external providers in the fields of strategy advice, support to programme management and legal assistance. For this purpose, the S2R JU is launching an open call for tenders divided into three(3) lots aimed at concluding a maximum of 3 (three) single framework service contracts (one per Lot) for the following assignments:
Lot 1: Strategy Advice;
Lot 2: Support to Programme Management;
Lot 3: Legal Assistance.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 3 300 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
BE10 Brussels-Capital Region.
II.2.4)Description of the procurement:
Lot 1 covers the provision of strategy advice on the content and structure of the activities of the S2R JU or/and the S2R JU Programme and the future S2R JU remit.
II.2.5)Award criteriaQuality criterion - Name: Quality and appropriateness of the tender / Weighting: 60
Quality criterion - Name: Organisation of the work and resources / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 10
Price - Weighting: 30
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
II.2)Description
II.2.1)Title:
Support to Programme Management
Lot No: 2
II.2.2)Additional CPV code(s)79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
The objective of this lot is to support the S2R JU with the implementation of the applicable programme management processes and procedures, adapted to the specific S2R JU Programme business needs. This lot is about the execution of recurring defined programme management processes/procedures that support the S2R JU Programme Management operations.
II.2.5)Award criteriaQuality criterion - Name: Quality and appropriateness of the tender / Weighting: 40
Quality criterion - Name: Organisation of the work and resources / Weighting: 50
Quality criterion - Name: Quality control measures / Weighting: 10
Price - Weighting: 50
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
II.2)Description
II.2.2)Additional CPV code(s)79111000 Legal advisory services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
The objective of this lot is to support the S2R JU with the provision of services concerning legal support and assistance in different EU legal fields, such us public procurement, grant management, data protection, intellectual property rights (including copyright issues), pre-litigation and litigation support, etc.
II.2.5)Award criteriaQuality criterion - Name: Quality and appropriateness of the tender / Weighting: 50
Quality criterion - Name: Organisation of the work and resources / Weighting: 40
Quality criterion - Name: quality control measures / Weighting: 10
Price - Weighting: 40
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 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: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: S2R.19.OP.02
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:03/02/2021
V.2.2)Information about tendersNumber of tenders received: 8
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Ernst&Young Strategy and Transactions
National registration number: 0735.654.631
Postal address: De Kleetlaan 2
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1831
Country: Belgium
E-mail:
info@be.ey.comTelephone: +32 27749111
Fax: +32 27749111
Internet address:
https://www.ey.com/fr_beThe contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 2 000 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 10 %
Short description of the part of the contract to be subcontracted:
The subcontractor will provide technical advice for all assignments under Lot 1. In particular, this will include providing advice on railway digitalisation and engineering, and providing technical inputs to perform Cost Benefit Analysis (CBAs).
Section V: Award of contract
Contract No: S2R.19.OP.02
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:03/02/2021
V.2.2)Information about tendersNumber of tenders received: 6
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorThe contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 1 000 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 40 %
Short description of the part of the contract to be subcontracted:
The subcontractor will complement Deloitte’s expertise in working on programme management with specific R&I expertise and EU railway and transport expertise gained in the relevant context of the tender. Depending on the specific contract, the subcontractor may provide programme management support based on their experience of European R&I PPPs.
Section V: Award of contract
Contract No: S2R.19.OP.02
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:03/02/2021
V.2.2)Information about tendersNumber of tenders received: 6
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Daldewolf
National registration number: BE 439 842 936
Postal address: Avenue Louise 81
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1150
Country: Belgium
E-mail:
info@daldewolf.comTelephone: +32 26271010
Internet address:
http://www.daldewolf.com/frThe contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: PRIVANOT
National registration number: BE 749 562 550
Postal address: Rue de la Montagne 30
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1000
Country: Belgium
E-mail:
info@privanot.beTelephone: +32 25001415
Internet address:
https://privanot.be/The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 300 000.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
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:22/02/2021