Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
In-theatre Aeromedical Evacuation Services — Airmedevac
Reference number: 17.CPS.PA.263 LOT1/LOT2/LOT3/LOT4
II.1.2)Main CPV code75000000 Administration, defence and social security services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of the framework contract to be awarded is the provision of in-theatre aeromedical evacuation services (fixed wing and rotary) to be used in frame of national and / or international defence and / or security operations..
II.1.5)Estimated total valueValue excluding VAT: 120 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 4
Maximum number of lots that may be awarded to one tenderer: 4
II.2)Description
II.2.1)Title:
Rotary wing (helicopters) Africa
Lot No: 1
II.2.2)Additional CPV code(s)75000000 Administration, defence and social security services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
In-theatre aeromedical evacuation services — Rotary wing (helicopters) Africa.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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
II.2)Description
II.2.1)Title:
Rotary wing (helicopters) Europe
Lot No: 2
II.2.2)Additional CPV code(s)75000000 Administration, defence and social security services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
In-theatre aeromedical evacuation services — Rotary wing (helicopters) Europe.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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
II.2)Description
II.2.1)Title:
Fixed wing (airplanes) Africa
Lot No: 3
II.2.2)Additional CPV code(s)75000000 Administration, defence and social security services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
In-theatre aeromedical evacuation services — Fixed wing (airplanes) Africa.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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
II.2)Description
II.2.1)Title:
Fixed wing (airplanes) Europe
Lot No: 4
II.2.2)Additional CPV code(s)75000000 Administration, defence and social security services
II.2.3)Place of performanceNUTS code: 00 Not specified
II.2.4)Description of the procurement:
In-theatre aeromedical evacuation services — Fixed wing (airplanes) Europe.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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.2.2)Contract performance conditions:
Please refer to the tender documents, available at the e-tendering address provided in Section I.3) "Communication".
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 18/09/2018
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:English
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: 19/09/2018
Local time: 10:00
Place:
EDA Premises, Rue des Drapiers 17-23, Brussels, Belgium.
Information about authorised persons and opening procedure:
An authorised representative of each tenderer may attend the opening of the tenders. Companies wishing to attend are requested to notify their intention by sending an e-mail to procurement@eda.europa.eu at least 48 hours in advance.