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: avenue du Bourget, 1
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1140
Country: Belgium
Contact person: Ms Annika Kroon
E-mail:
MOVE-PRIME-KPIS@ec.europa.euTelephone: +32 22964493
Internet address(es): Main address:
http://ec.europa.euAddress of the buyer profile:
https://ec.europa.eu/transport/index_en 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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Assistance to the European Network of Infrastructure Managers (PRIME) in its Activities
II.1.2)Main CPV code71311200 Transport systems consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of the call is to provide at short notice the European Commission with highly qualified external expertise to support the PRIME (the Network of European Rail Infrastructure Managers) in implementation of activities as set out in Article 7f of the Directive 2012/34/EU establishing a single European railway area, as amended by Directive (EU) 2016/2370. The tasks covered by this invitation to tender may consist of technical, analytical, communication related and administrative assistance in 3 domains:
1) Supporting performance benchmarking of rail infrastructure managers;
2) Thematic Studies and ad-hoc projects related to infrastructure management;
3) Assistance in events preparation and communication.
II.1.5)Estimated total valueValue excluding VAT: 1 550 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
II.2.4)Description of the procurement:
See internet address provided in Section I.3.
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: 1 550 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The estimated total value of the Framework Contract is 1 550 000 EUR over the duration of 4 years. This amount will constitute the framework contract ceiling. The estimated total value of the first 2 years is 800 000 EUR, with an option to renew the contract for another 2 years with the estimated additional value of 750 000 EUR.
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:
CEF Programme Support Action
II.2.14)Additional information
See internet address provided in Section I.3.
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 internet address provided in Section I.3.
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:
See internet address provided in Section I.3.
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 a single operator
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: 02/09/2019
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 03/09/2019
Local time: 14:30
Place:
rue de Mot 28 — 1040 Brussels
Information about authorised persons and opening procedure:
See internet address provided in Section I.3.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See internet address provided in Section I.3.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:18/07/2019