Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addressesOfficial name: RailNetEurope
Postal address: Jakov-Lind-Straße 5 Austria Campus 3
Town: Vienna
NUTS code:
AT1 OstösterreichPostal code: 1020
Country: Austria
Contact person: Head of RNE Corridor Management
E-mail:
miloslav.kogler@rne.euTelephone: +43 66488424808
Internet address(es): Main address:
www.rne.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via:
www.auftrag.atTenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityRailway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Extending the feasibility study for a European transport market study and on updating the transport market studies of the Rail Freight Corridors (RFCs) - RFC_ETMS_FS_2023_24
Reference number: RFC_ETMS_FS_2023_24
II.1.2)Main CPV code72410000 Provider services
II.1.3)Type of contractServices
II.1.4)Short description:
The methodologies for conducting of the previous transport market studies (TMSs) of individual Rail Freight Corridors (RFCs) varied considerably, thus making the contents of these studies often incomparable. Moreover, due to the different point in time at which individual RFCs went into operation, the timeline and periodicity of updating the TMSs varied among individual RFCs. In 2022, these aspects have been addressed by means of a dedicated project involving the representatives of all RFCs, resulting in a feasibility study for conducting a European TMS (focusing mainly on freight transport) and a draft of dedicated RNE guidelines for updating RFCs’ TMSs. Consequently, RNE was also requested by the European Commission (via the call for technical assistance to RNE in 2023-24) to extend the first feasibility study for conducting a European TMS of 2022 in order to put an equal focus also on the passenger transport in 2023 and to set up a detailed implementation plan in 2024. These deliverables are to be provided in a broader perspective of conducting a complex European TMS in 2025 (and beyond). On top of the above, in late 2022, the RFC Network requested RNE to support the RFCs in 2023 and 2024 with conducting of the next update of their TMSs in a joint manner. Answering to the above request has been in late 2022 acknowledged by RNE Managing Board and approved by RNE General Assembly. To organise and to conduct the activities of RNE Joint Office concerning this project in a structured manner, a dedicated project ‘European/RFC transport market study 2023-24’ has been set up. Under the Lot 1, RNE seeks for a contractor to extend its first feasibility study for conducting a European TMS conducted in 2022 in order to put an equal focus also on the passenger transport. Unter the Lot 2, RNE seeks for a contractor to exectue a joint update of individual RFC TMSs based on a joint methodology.
II.1.5)Estimated total valueValue excluding VAT: 530 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
II.2)Description
II.2.1)Title:
Extending the feasibility study for a European transport market study
Lot No: 1
II.2.2)Additional CPV code(s)72410000 Provider services
II.2.3)Place of performanceNUTS code: AT1 Ostösterreich
Main site or place of performance:
II.2.4)Description of the procurement:
Under the Lot 1, RNE seeks for a contractor to extend its first feasibility study for conducting a European TMS conducted in 2022 in order to put an equal focus also on the passenger transport.
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: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 12/06/2023
End: 31/12/2024
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:
22-AT-TG-RNE-CEF TA_23 (101118993)
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Updating the transport market studies of the Rail Freight Corridors (RFCs)
Lot No: 2
II.2.2)Additional CPV code(s)72410000 Provider services
II.2.3)Place of performanceNUTS code: AT1 Ostösterreich
Main site or place of performance:
II.2.4)Description of the procurement:
Unter the Lot 2, RNE seeks for a contractor to exectue a joint update of individual RFC TMSs based on a joint methodology.
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: 330 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 12/06/2023
End: 31/12/2024
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
see call for tenders (Chapter 13)
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.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
see call for tenders (Chapter 14)
III.1.6)Deposits and guarantees required: III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
see TMS23 - Annex 1 - Draft Service Agreement
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 15/05/2023
Local time: 12:00
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/05/2023
Local time: 13:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
National identification number: [L-889959-344]
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:04/04/2023