Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial 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 GewestPostal code: 1060
Country: Belgium
E-mail:
procurement@s2r.europa.euInternet address(es): Main address:
http://shift2rail.org/ 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: 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 code34632000 Railways traffic-control equipment
II.1.3)Type of contractServices
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 valueValue excluding VAT: 8 000 000.00 EUR
II.1.6)Information about lotsThis 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 performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 8 000 000.00 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 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 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: 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 registersList 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 standingList 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 abilityList 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 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.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See internet address provided in Section I.3.
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, invitation to tender.
VI.5)Date of dispatch of this notice:24/05/2018