Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Mobility and Transport
Postal address: rue de la Loi 200
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Unit C2
For the attention of: Keir Fitch
E-mail: move-single-transport-system@ec.europa.eu
Telephone: +32 22966785
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/transport
Address of the buyer profile: http://ec.europa.eu/transport/facts-fundings/tenders/
Electronic access to information: http://ec.europa.eu/transport/themes/research/
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Study towards a single and innovative European transport system.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The study aims to analyse the barriers, which impede the development and deployment of innovative technological solutions enhancing the integration of the transport system, and to propose a set of actions which, collectively, can help to accelerate progress.
II.1.6)Common procurement vocabulary (CPV)73220000 Development consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 700 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 9 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Analysis of barriers and action plans1)Short description
This lot will focus on creating an evidence base and analysing the barriers, which impede the development and deployment of innovative technological solutions, and proposing action plans to overcome or remove the identified barriers and accelerate progress towards an optimised single and innovative European transport system.
2)Common procurement vocabulary (CPV)73220000 Development consultancy services
3)Quantity or scopeEstimated value excluding VAT: 450 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: International assessment and action plans of the focus areas1)Short description
This lot will provide an assessment of the transport systems in Brazil, China, India, Japan, Korea and the United States, with a focus on barriers to the development and deployment of innovation.
2)Common procurement vocabulary (CPV)73220000 Development consultancy services
3)Quantity or scopeEstimated value excluding VAT: 250 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please refer to tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Please refer to tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Please refer to tender documents.
Minimum level(s) of standards possibly required: Please refer to tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please refer to tender documents.
Minimum level(s) of standards possibly required:
Please refer to tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
MOVE/C2/2015-582.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate20.10.2015 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 3.11.2015 - 10:00
Place:
Directorate-General for Mobility and Transport, rue Demot 28, DM 28, meeting room 00/54, 1040 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative per tenderer only; please register in advance to move-single-transport-system@ec.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Tender documents will be available for download at the address indicated under heading I.1. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:18.8.2015