Services - 232115-2018

31/05/2018    S102

Belgium-Brussels: Support to the ERTMS Deployment action plan as baseline for Shift2Rail (IP2) innovative solutions

2018/S 102-232115

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Shift2Rail Joint Undertaking
Postal address: avenue de la Toison d'Or 56–60
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1060
Country: Belgium
E-mail: procurement@s2r.europa.eu
Internet address(es):
Main address: http://shift2rail.org/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://shift2rail.org/participate/procurement/ongoing-calls-for-tender/
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Railway research and development

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Support to the ERTMS Deployment action plan as baseline for Shift2Rail (IP2) innovative solutions

Reference number: S2R.18.OP.02
II.1.2)Main CPV code
34632000 Railways traffic-control equipment
II.1.3)Type of contract
Services
II.1.4)Short description:

Deployment of European Railway Traffic Management System is a horizontal priority aiming at ensuring interoperability of the EU railway system. The action is a part of a global project on deployment of ERTMS in the European Union, as defined in the TEN-T Guidelines and the memorandum of understanding signed between the European Commission and the European Railway Associations in 2016. In parallel, the action constitutes one of the baselines of the S2R JU innovation programme 2 dedicated to the next generation of ERTMS. The action intends to:

1) address topics described in the ERTMS deployment action plan, issued by the European Commission in 2017,

2) prepare the integration of the ERTMS game changers, coming from the activities on-going in Shift2Rail, inside a next release of the CCS TSI.

II.1.5)Estimated total value
Value excluding VAT: 8 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
34940000 Railway equipment
72212140 Railway traffic control software development services
II.2.3)Place of performance
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:

See internet address provided in Section I.3.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 8 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The duration of the framework contract is 12 months, which may be renewed for up to a total duration of 48 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Horizon 2020
II.2.14)Additional information

See internet address provided in Section I.3.

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 registers
List and brief description of conditions:

Selection criteria as stated in the procurement documents. See Internet address provided in Section I.3.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents. See Internet address provided in Section I.3.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents. See Internet address provided in Section I.3.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See internet address provided in Section I.3.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/07/2018
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, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 06/07/2018
Local time: 10:00
Place:

Shift2Rail Joint Undertaking, avenue de la Toison d'Or 56–60. 1060, Brussels, Belgium

Information about authorised persons and opening procedure:

Maximum 2 representatives per participating tenderer may attend the opening session. For more details see point 9 of the invitation to tender. See internet address provided in Section I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

See internet address provided in Section I.3.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in Section I.3, invitation to tender.

VI.5)Date of dispatch of this notice:
24/05/2018