Služby - 326547-2017

19/08/2017    S158

France-Valenciennes: Study on the architecture of on-board radio communication equipment

2017/S 158-326547

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Agency for Railways
Postal address: 120 rue Marc Lefrancq
Town: Valenciennes
NUTS code: FRE11 Not specified
Postal code: 59300
Country: France
Contact person: Mr Thomas Borriello
E-mail: Procurement@era.europa.eu
Telephone: +33 327096501
Fax: +33 327096650
Internet address(es):
Main address: http://www.era.europa.eu/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2787
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2787
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Railways.

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Study on the architecture of on-board radio communication equipment.

Reference number: ERA 2017 31 OP.
II.1.2)Main CPV code
71241000 Feasibility study, advisory service, analysis
II.1.3)Type of contract
Services
II.1.4)Short description:

The main objective of the study is to provide information and conclusions on the most suitable options for on-board communication system architecture concepts, which could provide sufficient flexibility to support the current and future user needs, to allow changes related to other radio technologies, radio frequencies and applications during its lifetime — roughly between 2020 and 2040 — at low costs for updating activities. Hence not only software architecture, but also hardware architecture has to be investigated. Specific attention has to be paid to the support of radio applications which are currently mandatory in the CCS TSI.

II.1.5)Estimated total value
Value excluding VAT: 200 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: FRE11 Not specified
II.2.4)Description of the procurement:

The main objective of the study is to provide information and conclusions on the most suitable options for on-board communication system architecture concepts, which could provide sufficient flexibility to support the current and future user needs, to allow changes related to other radio technologies, radio frequencies and applications during its lifetime — roughly between 2020 and 2040 — at low costs for updating activities. Hence not only software architecture, but also hardware architecture has to be investigated. Specific attention has to be paid to the support of radio applications which are currently mandatory in the CCS TSI.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 11
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

See procurement documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 contract
Obligation 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 procedure
Open 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/09/2017
Local time: 12:00
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 19/09/2017
Local time: 10:00
Place:

Agency premises.

Information about authorised persons and opening procedure:

See procurement documents.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Town: Luxembourg
Country: Luxembourg
VI.5)Date of dispatch of this notice:
09/08/2017