Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Aviation Safety, Environment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Horizon Europe Project: Helicopter Underwater Escape #2
Reference number: EASA.2021.HVP.17
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
This research call aims at addressing safety recommendation (SR) 2016-016 from the UK Air Accident Investigation Branch (UK AAIB) report AAR 1/2016 on the accident of helicopter G-WNSB on 23 August 2013.
II.1.5)Estimated total valueValue excluding VAT: 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: DEA23 Köln, Kreisfreie Stadt
Main site or place of performance:
II.2.4)Description of the procurement:
The following objectives should be addressed under this topic:
— evaluate the influence of being underwater on the required jettison force and operation of an underwater emergency exit or escape window;
— determine the forces that human test subjects are capable of applying to jettison an underwater emergency exit or escape windows when underwater;
— establish an appropriate maximum operating/jettison force for underwater emergency exits;
— provide confirmation of the validity of the current Acceptable Means of Compliance (AMC) material for compliance, or propose a future revision based on the technical findings of this research;
— better quantify the underwater escape process from a capsized helicopter using a full complement of test subjects in the simulator, in both light and dark conditions;
— determine whether the current expectation of a 60-second escape time is achievable under a range of conditions and possible seat configurations, using test subjects representative of the demographic of the European offshore population;
— validate the current AMC material related to occupant egress in the event of a capsize, or propose a future revision based on the technical findings of this research.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 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: 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: yes
Identification of the project:
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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.2.3)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 system
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: 19/11/2021
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 tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 22/11/2021
Local time: 10:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
GC.Registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu 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:12/07/2021