Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Mobility and Transport
Postal address: rue Demot 28, 07/88
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1049
Country: Belgium
Contact person: Vu duc Hoang
E-mail:
hoang.vu-duc@ec.europa.euTelephone: +32 22988042
Internet address(es): Main address:
http://ec.europa.eu/transport/index_en.htm 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: Transport.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Investigation of the quality level of the air inside the cabin of large transport aeroplanes and its health implication.
Reference number: 2016-MOVE-C2-03.
II.1.2)Main CPV code24000000 Chemical products
II.1.3)Type of contractServices
II.1.4)Short description:
This research study aims to enable step-advances in the investigation on the quality of the air on board commercially operated large transport aeroplanes and its potential adverse consequences on crew/passenger health in light of the relevant European legislation on quality of indoor air and professional exposure limits.
II.1.5)Estimated total valueValue excluding VAT: 1 950 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:
The general objective of this research study is to enable step-advances in the investigation on the quality of the air on board commercially operated large transport aeroplanes and its potential adverse consequences on crew/passenger health in light of the relevant European legislation on quality of indoor air and professional exposure limits. This will encompass notably:
a) to collect substantive legacy evidence regarding the problem area and to perform a critique of the main conclusions and information that can be derived from such a stock;
b) to develop a comprehensive understanding of the root causes leading to the contamination of the bleed air — notably by oils and hydraulic fluids and their by-products — and of the impact of such contamination on the cockpit/cabin air quality; such a study shall embrace the envelope of routine flight conditions as well as incident conditions involving CAC events;
c) to identify potential safety and/or long/short-term health risks that might stem from such contamination and to estimate their expected consequences;
d) depending on the severity of the risks identified, to identify potential mitigation actions and to assess their fitness for purpose in dealing with the risks identified.
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: 1 950 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
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 tender specifications.
III.1.2)Economic and financial standingList and brief description of selection criteria:
See tender specifications.
Minimum level(s) of standards possibly required:
See tender specifications.
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
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: 30/09/2016
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: 05/10/2016
Local time: 11:00
Place:
rue Demot 28, 1049 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
Tenderers may attend the opening process but cannot be represented by more than 1 person. At the end of the opening session, the chairperson of the opening committee will indicate the names of the tenderers and the decision concerning admissibility of each offer received. The price mentioned in the bid will not be communicated.
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
VI.5)Date of dispatch of this notice:16/08/2016