Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Shift2Rail Joint Undertaking
Postal address: avenue de la Toison d'Or 56–60
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1060
Country: Belgium
E-mail:
procurement@shift2rail.europa.euInternet address(es): Main address:
http://shift2rail.org/ 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: Railway research and development.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Pantograph — overhead contact line interaction — dynamic behaviour and quality of the current collection.
Reference number: S2R.17.OP.02.
II.1.2)Main CPV code34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
II.1.3)Type of contractServices
II.1.4)Short description:
The work stemming from this tender will serve as input for the Shift2Rail Joint Undertaking, standardisation bodies and the European Union Agency for Railways (EUAR), with a view to improving costs, time, and technical difficulty with regard to the requirement and assessment method of the relevant technical specification for interoperability (TSI).
II.1.5)Estimated total valueValue excluding VAT: 700 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
The challenge is to simplify the requirement and assessments as much as possible and thereby reduce the cost and the timescale of the authorisation process of both interoperability constituents: OCL and pantograph and their integration into subsystems.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
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 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: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 15/11/2017
Local time: 17:00
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: 90 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 23/11/2017
Local time: 10:00
Place:
Shift2Rail Joint Undertaking Headquarters, Brussels.
Information about authorised persons and opening procedure:
Maximum 1 legal representative per participating tenderer may attend the opening session. Tenderers shall inform the Joint Undertaking of their intention to attend, at least 5 working days prior to the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)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:31/08/2017