Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Europe's Rail System Pillar
Reference number: EU-Rail.OP.01.22
II.1.2)Main CPV code73200000 Research and development consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
As indicated in the Europe's Rail Joint Undertaking (EU-RAIL) work programme 2022-2024, the EU-Rail is launching a call for tender for a single framework contract (one per lot) to perform the activities established in the Council Regulation (EU) 2021/2085 for the system pillar. The call for tenders will be divided in three lots:
— lot 1 – system pillar core group: the contractor shall provide expertise with system engineer knowledge developed in rail or other fields, who collectively represent the main stakeholders of the rail sector;
— lot 2 – system pillar tasks: the contractor shall provide expertise that the JU will organize in teams to the delivery the work of the system pillar Tasks and horizontal activities;
— lot 3 – CCS TSI maintenance activities: the contractor shall perform the tasks defined in the request for services that will be issued by the contracting authority to ensure the maintenance of CCS TSI as major area of activities.
II.1.5)Estimated total valueValue excluding VAT: 45 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)71311230 Railway engineering services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
The objective is that the teams of individuals provided by the contractor and organized by the JU in the system pillar governance structure have delivered the specific results on agreed operational concepts and system architecture, to be used in operations and future procurements. For further details on the objectives and scope to be achieved within lot 1 and lot 2, please refer to the EU-RAIL master plan and the EU-RAIL work programme 2022-2024 (available at https://rail-research.europa.eu/about-europes-rail/europes-rail-reference-documents/europes-rail-key-documents/) as well as the working documents of the system pillar ramp up.
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: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract (FWC) is renewed automatically five (5) times for twelve (12) months each with a total duration of six (6) years (see Article I.3.5 of the FWC).
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
The total duration (six years) deviates the standard maximum duration (four years) in order to guarantee the implementation of the activities related to the system pillar to cover the current multi-annual financial framework (2021-2027) as well as the gap until the start of the next period (2028-2034). Also the nature of the contract is linked to the the governance structure of the system pillar.
II.2)Description
II.2.2)Additional CPV code(s)63711000 Support services for railway transport
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
The objective is that the teams of individuals provided by the contractor and organized by the JU in the system pillar governance structure have delivered the specific results on agreed operational concepts and system architecture, to be used in operations and future procurements. For further details on the objectives and scope to be achieved within lot 1 and lot 2, please refer to the EU-RAIL master plan and the EU-RAIL work programme 2022-2024 (available at https://rail-research.europa.eu/about-europes-rail/europes-rail-reference-documents/europes-rail-key-documents/) as well as the working documents of the system pillar ramp up.
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: 37 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract (FWC) is renewed automatically five (5) times for twelve (12) months each with a total duration of six (6) years (see Article I.3.5 of the FWC).
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
The total duration (six years) deviates the standard maximum duration (four years) in order to guarantee the implementation of the activities related to the system pillar to cover the current multi-annual financial framework (2021-2027) as well as the gap until the start of the next period (2028-2034). Also the nature of the contract is linked to the the governance structure of the system pillar.
II.2)Description
II.2.1)Title:
CCS TSI Maintenance Activities
Lot No: 3
II.2.2)Additional CPV code(s)34632000 Railways traffic-control equipment
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
The contractor shall perform the necessary activities to ensure the maintenance and evolution of the ERTMS specifications, focused on the sector input to error corrections and EECT participation; this has the objective to reach a sound baseline that will be essential for the evolution of rail. The contracting authority will issue service requests to task the contractor to perform the related work.
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: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract (FWC) is renewed automatically five (5) times for twelve (12) months each with a total duration of six (6) years (see Article I.3.5 of the FWC).
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
The total duration (six years) deviates the standard maximum duration (four years) in order to guarantee the implementation of the activities related to the system pillar to cover the current multi-annual financial framework (2021-2027) as well as the gap until the start of the next period (2028-2034). Also the nature of the contract is linked to the the governance structure of the system pillar.
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:
Please consult the procurement documents available at the address indicated in Section I.3).
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:
Please consult the procurement documents available at the address indicated 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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 30/05/2022
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 02/06/2022
Local time: 10:00
Place:
Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by video conference.
Information about authorised persons and opening procedure:
Please refer to Section 3.2 (opening of tenders) of the invitation to tender available at the address indicated in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:04/04/2022