Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission Directorate-General for Mobility and Transport Directorate A - Policy Coordination
Postal address: Rue de Mot 28
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1049
Country: Belgium
Contact person: C. Lobry
E-mail:
MOVE-A5-SECRETARIAT@ec.europa.euTelephone: +32 22961169
Internet address(es): Main address:
http://ec.europa.eu/transport/tenders/index_en.htm 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: Security
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Transport Cyber-Security Toolkit
Reference number: MOVE/A5/2018-387
II.1.2)Main CPV code72212730 Security software development services
II.1.3)Type of contractServices
II.1.4)Short description:
The European Commission wants to contribute to improving transport security and the protection of transport users and staff against terrorist and cyber-attacks for all modes of the European transport sector (Aviation, Maritime and Land Transport). The project described in this call will aim at developing a working interactive toolkit providing the relevant and appropriate knowledge of good cyber-security practice available to transport managers managing cyber-security risks and also to all transport staff who need to be aware of the potential risks. The toolkit will contain recommended good practices covering both generic aspects of cyber-security and in addition more specific modules related to the needs of each transport mode.
II.1.5)Estimated total valueValue excluding VAT: 120 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
This project shall contribute to developing a coherent approach across the European Union towards supporting the multiple actors managing cyber-security risks within the transport sector with a minimum knowledge base to do carry out their roles, including:
i) being able to identify a range of potential cyber-security threats (that could widely differ in frequency and severity); and
ii) being able to implement and adhere to good-practice cyber-security mitigation measures;
iii) knowing what actions to take should a cyber risk be realised to stop and/or minimise the potential negative consequences.
The expected outcome is for the development of a tangible, practical and intuitive technical solution that enables the above objectives to be met.
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: 120 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 9
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: no
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: 03/06/2019
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: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.2.7)Conditions for opening of tendersDate: 11/06/2019
Local time: 11:00
Place:
DG MOVE
Rue de Mot, 28
B-1040 Brussels
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:01/04/2019