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:
Environmental Consultancy Support on Technical Issues Associated with Aircraft Noise
Reference number: EASA.2020.HVP.01
II.1.2)Main CPV code73200000 Research and development consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
EASA is actively leading and contributing to various technical work programmes related to aviation noise at both the European level and within international bodies. EASA is also developing at EU level environmental requirements needed for new technologies not regulated by international standards. The purpose of the contemplated framework contract is to provide upon request all appropriate and high-level technical support to the Agency in order to successfully achieve the objectives of work programmes.
II.1.5)Estimated total valueValue excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)73000000 Research and development services and related consultancy services
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 services shall be provided under this framework contract:
1) provision and presentation of technical input, including measurement campaigns to support on-going EU standards developments, and evaluation of input from stakeholders;
2) management and/or performance of both technical and administrative tasks within technical working groups;
3) support interface issues between the technical and modelling capabilities which need to work together in order to perform impact assessments;
4) provision of support to Agency representatives in leading and/or contributing to technical working groups;
5) development of input to summarise technical proposals and inform policymaking decisions; and
6) any other services linked to the subject of the contract.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality / Weighting: 60
Price - Weighting: 40
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: 48
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: no
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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.2.2)Time limit for receipt of tenders or requests to participateDate: 02/12/2020
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:English
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: 03/12/2020
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.5)Date of dispatch of this notice:23/10/2020