Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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: European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
EGNOS high accuracy service analysis.
Reference number: 632/PP/GRO/RCH/17/9876.
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The present contract analyses potential user needs for a high accuracy (HA) service in view of EGNOS added value (EGNOS RIMS data, payload available to broadcast on E5b frequency on EGNOS GEO, etc.) to determine under what condition it would be beneficial to implement a HA service in the time-frame 2020–2035. The analysis shall focus on the user requirements identification and on the service provision analysis and it shall not assess how to implement the service technically at system level.
II.1.5)Estimated total valueValue excluding VAT: 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)38112100 Global navigation and positioning systems (GPS or equivalent)
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
Contractor's premises or any other place indicated in the tender specifications.
II.2.4)Description of the procurement:
The main activities of the contract are the following:
1) analyse the competitive landscape in Europe and abroad, providing an overview of which companies/service providers are already active in delivering high accuracy solutions in each user domain (e.g. rail, maritime, survey, agriculture);
2) identify user needs for high accuracy in each user domain and the service performance required. The contractor shall also analyse the potential user need for integrity, as service differentiator for critical applications requiring a timely detection of potential errors in estimates of the user position;
3) define the most demanding user requirements for the high accuracy service and have them validated by a group of experts in the relevant domains;
4) analyse the potential high accuracy service provision scheme, either via the EGNOS service provider or via dedicated service providers, and determine the main service requirements. Technical design of the transmission mean remains outside the scope of the current contract;
5) define the concrete implementation steps and a timeline for the operational introduction of the EGNOS high accuracy service;
6) analyse the costs and benefits of a high accuracy service from the point of view of users and of the high accuracy service provider.
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: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
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: This action will be conducted under the EU framework programme for research and development Horizon 2020 (H2020).
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.2.3)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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 03/10/2017
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, 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: 8 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 04/10/2017
Local time: 14:00
Place:
European Commission, Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs, Financial Management of Space Programmes (02).
Office address: avenue d'Auderghem 45, 1049 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
An authorised representative of each tenderer may attend the opening of the bids. Companies wishing to attend are requested to notify their intention by sending an e-mail to GROW-GP2-CALL-FOR-TENDERS@ec.europa.eu at least 48 hours in advance. This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening of the bids.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3 as the information is provided in the invitation to tender.
VI.5)Date of dispatch of this notice:14/07/2017