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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Alternative Position, Navigation and Timing (PNT) Services
Reference number: DEFIS/2020/OP/0007
II.1.2)Main CPV code73420000 Pre-feasibility study and technological demonstration
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of this call for tenders is to analyse the technologies, which could deliver positioning, and/or timing information, independently from GNSS, to be effective backup in the event of GNSS disruption, and if possible to be able to provide PNT in the environments where GNSS cannot be delivered.
II.1.5)Estimated total valueValue excluding VAT: 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)73420000 Pre-feasibility study and technological demonstration
38112100 Global navigation and positioning systems (GPS or equivalent)
II.2.3)Place of performanceNUTS 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:
The objective of this activity is to analyse the technologies, which could deliver positioning, and/or timing information, independently from GNSS, to be effective backup in the event of GNSS disruption, even if it represents an unlikely situation AND if possible to be able to provide PNT in the environments where GNSS services cannot be delivered (e.g. complementary PNT). Such back-up and complementary technologies are further called in this project ‘alternative PNT services’ which together with GNSS constitute ‘resilient PNT services’.
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: 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 7
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:
Call for tender financed under GNSS Work programme 2020.
II.2.14)Additional information
Considering a max available budget of EUR 500 000 for this call for tender, a contract with a maximumum amount of EUR 70 000 shall be awarded as a minimum to the first seven ranked tenderers, which complies with the minimum requirements specified in the procurement documents and is submitted by a tenderer having access to procurement, not in an exclusion situation and fulfilling the selection criteria.
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:
See internet address provided in section I.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).
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 13/01/2021
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/01/2021
Local time: 11:00
Place:
Avenue d'Auderghem 45, B-1040 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
See internet address provided in section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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).
VI.5)Date of dispatch of this notice:19/10/2020