Pakalpojumi - 348686-2019

25/07/2019    S142

Belgium-Brussels: Assistance to the European Network of Infrastructure Managers (PRIME) in its Activities

2019/S 142-348686

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official 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-Hoofdstad
Postal code: 1140
Country: Belgium
Contact person: Ms Annika Kroon
E-mail: MOVE-PRIME-KPIS@ec.europa.eu
Telephone: +32 22964493
Internet address(es):
Main address: http://ec.europa.eu
Address of the buyer profile: https://ec.europa.eu/transport/index_en
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=5064
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General 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 code
71311200 Transport systems consultancy services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 1 550 000.00 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: 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 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: 1 550 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 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: 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 registers
List and brief description of conditions:

See internet address provided in Section I.3.

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.2.2)Contract performance conditions:

See internet address provided in Section I.3.

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
The 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 participate
Date: 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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: no
VI.3)Additional information:

See internet address provided in Section I.3.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxemburg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise 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