Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional 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 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:
H2020: EGNSS-Based Rail Safety Services
Reference number: 762/PP/GRO/RCH/19/11304
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:
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 valueValue excluding VAT: 400 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)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 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
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:
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 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 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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial 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 procedurePrecise 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 obtainedOfficial 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