Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Strategic Support to the Shift2Rail Joint Undertaking — Provision of Services to the S2R JU in the Fields of Lot 1 — Strategy Advice, Lot 2 — Support to Programme Management, Lot 3 — Legal Assistance
Reference number: S2R.19.OP.02
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:
In order to ensure the adequate management of its activities and deal with the complexity of the S2R JU programme without increasing rigidity in its organisation and cost structure, the S2R JU considers key to avail itself of the support of external providers in the fields of strategy advice, support to programme management and legal assistance. For this purpose, the S2R JU is launching an open call for tenders divided into three(3) lots aimed at concluding a maximum of 3 (three) single framework service contracts (one per Lot) for the following assignments:
Lot 1: Strategy Advice;
Lot 2: Support to Programme Management;
Lot 3: Legal Assistance.
II.1.5)Estimated total valueValue excluding VAT: 3 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
Lot 1 covers the provision of strategy advice on the content and structure of the activities of the S2R JU or/andthe S2R JU Programme and the future S2R JU remit.
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 valueValue excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The duration of the contracts is 12 months, which may be automatically renewed 3 times for up to a total duration of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.1)Title:
Support to Programme Management
Lot No: 2
II.2.2)Additional CPV code(s)79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
The objective of this lot is to support the S2R JU with the implementation of the applicable programme management processes and procedures, adapted to the specific S2R JU Programme business needs. This lot is about the execution of recurring defined programme management processes/procedures that support the S2R JU Programme Management operations
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 valueValue excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The duration of the contracts is 12 months, which may be automatically renewed 3 times for up to a total duration of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
II.2)Description
II.2.2)Additional CPV code(s)79111000 Legal advisory services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
The objective of this lot is to support the S2R JU with the provision of services concerning legal support and assistance in different EU legal fields, such us public procurement, grant management, data protection,intellectual property rights (including copyright issues), pre-litigation and litigation support, etc.
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 valueValue excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The duration of the contracts is 12 months, which may be automatically renewed 3 times for up to a total duration of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
List and brief description of conditions:
See internet address provided in section 1.3).
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.2.2)Contract performance conditions:
See internet address provided in section I.3).
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 systemThe 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: 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: 10/11/2020
Local time: 15:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 12/11/2020
Local time: 11:00
Place:
Due to the Covid situation, the opening session will be held exclusively via videoconferencing system (WebEx) and can be attended by invitation only. For more details see point 3.2 (opening of tenders) of the Invitation to Tender.
Information about authorised persons and opening procedure:
A maximum of two representatives per tender can attend the opening of tenders. For organisational and security reasons the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to procurement@S2R.europa.eu. For more details see point 3.2 (Opening of tenders) of the invitation to tender.