Results of the procurement procedure
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:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1060
Country: Belgium
E-mail:
procurement@s2r.europa.euInternet address(es): Main address:
http://shift2rail.org/ 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:
Support to the ERTMS Deployment action plan as baseline for Shift2Rail (IP2) innovative solutions
Reference number: S2R.18.OP.02
II.1.2)Main CPV code34632000 Railways traffic-control equipment
II.1.3)Type of contractServices
II.1.4)Short description:
Deployment of European Railway Traffic Management System is a horizontal priority aiming at ensuring interoperability of the EU railway system. The Action is a part of a Global Project on deployment of ERTMS in the European Union, as defined in the TEN-T Guidelines and the Memorandum of Understanding signed between the European Commission and the European Railway Associations in 2016. In parallel, the action constitutes one of the baselines of the S2R JU Innovation Programme 2 dedicated to the next generation of ERTMS. The action intends to:
1) address topics described in the ERTMS Deployment Action Plan, issued by the European Commission in 2017;
2) prepare the integration of the ERTMS Game Changers, coming from the activities on-going in Shift2Rail, inside a next release of the CCS TSI.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 8 000 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)34940000 Railway equipment
72212140 Railway traffic control software development services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
See Internet address provided in Section I.3.
II.2.5)Award criteriaQuality criterion - Name: Quality and appropriateness of the methodological approach / Weighting: 50
Quality criterion - Name: Organisation of work and allocation of human and budget resources for the contract management / Weighting: 30
Quality criterion - Name: Quality control measures / Weighting: 20
Price - Weighting: 40 %
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
See Internet address provided in Section I.3.
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
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.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: S2R.18.OP.02
Title:
Support to the ERTMS Deployment action plan as baseline for Shift2Rail (IP2) innovative solutions
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:03/10/2018
V.2.2)Information about tendersNumber of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: ERTMS Users Group (GEIE des utilisateurs d’ERTMS)
National registration number: BE 0455 935 830
Postal address: 123-133 rue Froissart
Town: Brussels
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: 1040
Country: Belgium
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Nokia Solutions and Networks Oy
National registration number: FI2058430-6
Postal address: Karaportti 3
Town: Espoo
NUTS code: FI1B Helsinki-Uusimaa
Postal code: 02610
Country: Finland
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Union of European Railway Industries (UNIFE)
National registration number: BE 0453 405 417
Postal address: 221 avenue Louise
Town: Brussels
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: 1050
Country: Belgium
The contractor is an SME: yes
V.2.3)Name and address of the contractorOfficial name: Union internationale des Chemins de fer (UIC)
National registration number: FR43 784 601 841
Postal address: 16, rue Jean Rey
Town: Paris
NUTS code: FR10 Ile-de-France
Postal code: 75015
Country: France
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 8 000 000.00 EUR
Total value of the contract/lot: 8 000 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 60 %
Section VI: Complementary information
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, invitation to tender.
VI.5)Date of dispatch of this notice:05/10/2018