Υπηρεσίες - 601791-2019

19/12/2019    S245

Belgium-Brussels: H2020: EGNSS-Based Rail Safety Services

2019/S 245-601791

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Internal Market, Industry, Enterpreneurship and SMEs
Postal address: Avenue d'Auderghem 45
Town: Brussels
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: B-1049
Country: Belgium
Contact person: Unit 02: Financial Management of Space Programmes - BREY 08/201
E-mail: grow-gp2-call-for-tenders@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/growth/sectors/space/galileo/index_en.htm
Address of the buyer profile: http://ec.europa.eu/growth/contracts-grants/calls-for-tenders
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=5680
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:

H2020: EGNSS-Based Rail Safety Services

Reference number: 762/PP/GRO/RCH/19/11304
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:

The main objective of the analysis is to assess the feasibility of an EGNSS-based safety service for the rail sector beyond 2022 which would enable to rationalise the rail signalling infrastructure.

II.1.5)Estimated total value
Value excluding VAT: 400 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
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:

The main objective of the analysis is to assess the feasibility of an EGNSS-based safety service for the rail sector beyond 2022 which would enable to rationalise the rail signalling infrastructure. The analysis shall produce the service concept and consolidate it through iteration with the working group of experts. The analysis will enable the EC to determine whether an EGNOS service needs to be created specifically for rail safety.

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: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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 2 highest-ranked tenders after applying the award formula. Each of the 2 selected tender will be awarded for a maximum of 400 000 EUR (four hundred thousand euro) each.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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.2.3)Information about staff responsible for the performance of the contract
Obligation 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 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: 2019/S 219-536641
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/02/2020
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 03/03/2020
Local time: 11:00
Place:

European Commission, Directorate-General for Internal Market, Industry, Entrpreneurship and SME's, financial management of space programmes (unit 02), Avenue d'Auderghem, 45, 1049 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

See section 3.2 of invitation to tender.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
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) as the information is provided in the invitation to tender.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court of European Union
Town: Luxembourg
Country: Luxembourg
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
12/12/2019