Services - 431184-2020

15/09/2020    S179

Belgium-Brussels: Integrity Service Complementing EGNSS High Accuracy

2020/S 179-431184

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, DEFIS — Defence Industry and Space, DEFIS.DDG.C.2 — Satellite Navigation
Postal address: Avenue d'Auderghem 45
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: B-1040
Country: Belgium
E-mail: defis-gp2-call-for-tenders@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/defence-industry-and-space_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=6888
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=6888
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:

Integrity Service Complementing EGNSS High Accuracy

Reference number: DEFIS/2020/OP/0005
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

This action serves to assess the respective merits of various directions for the Galileo and EGNOS services to evolve and to build roadmaps of the steps needed before operational introduction of such new services.

In this context, the activities to be carried out shall analyse the feasibility of an integrity service complementing European GNSS (EGNSS) High Accuracy in the 2030+ timeframe on top of the current baseline of EGNSS services to feed the evolving needs in autonomous transport.

II.1.5)Estimated total value
Value excluding VAT: 350 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
38112100 Global navigation and positioning systems (GPS or equivalent)
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:

Contractor's premises or any other place indicated in the tender specifications.

II.2.4)Description of the procurement:

This action serves to assess the respective merits of various directions for the Galileo and EGNOS services to evolve and to build roadmaps of the steps needed before operational introduction of such new services.

In this context, the activities to be carried out shall analyse the feasibility of an integrity service complementing European GNSS (EGNSS) High Accuracy in the 2030+ timeframe on top of the current baseline of EGNSS services to feed the evolving needs in autonomous transport.

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: 350 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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:

This action will be conducted under the EU framework programme for research and development Horizon2020 (H2020).

II.2.14)Additional information

Provided all thresholds are reached, and within the available budget, the European Commission will award a contract to the two highest-ranked tenders after applying the award formula. Each of the two selected tender will be awarded for a maximum of EUR 350 000 (three hundred and fifty thousand euro).

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).

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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 146-358223
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 03/11/2020
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:
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: 8 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 05/11/2020
Local time: 11:00
Place:

Avenue d'Auderghem 45,B-1040 Brussels, BEL.

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 of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
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:
08/09/2020