OSRA Cluster_24.RTI.OP.185

Research & Technology (R&T) provides a critical contribution to the preparation of future capabilities. Together with innovative solutions developed by different defence actors, it brings real and tangible operational benefits to MS’ armed forces. Europe’s defence systems have been developed thanks to major R&T investments that, given the length of …

CPV: 73410000 Investigación y tecnología militares
Plazo:
20 de septiembre de 2024 a las 17:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
OSRA Cluster_24.RTI.OP.185
Organismo adjudicador:
European Defence Agency
Número de premio:
EDA/2024/OP/0011

1. Buyer

1.1 Buyer

Official name : European Defence Agency
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : OSRA Cluster_24.RTI.OP.185
Description : Research & Technology (R&T) provides a critical contribution to the preparation of future capabilities. Together with innovative solutions developed by different defence actors, it brings real and tangible operational benefits to MS’ armed forces. Europe’s defence systems have been developed thanks to major R&T investments that, given the length of development cycles, were made decades ago. To accomplish its mission as defined in Council Decision (CFSP) 2015/1835, EDA promotes, facilitates and manages R&T activities within 15 technology domains (Capability Technology groups – CapTechs ) in order to develop knowledge and technologies needed for future defence capabilities. A CapTech is a working group dedicated to a particular technology area (Area of Responsibility – AoR) linked to the EDA R&T taxonomy. The core task of a CapTech is to gather inputs from the MS experts in order to identify technology gaps and common areas of interest for cooperation. Non-governmental experts (e.g. industries, universities, small and medium enterprises – SMEs, research centres) also contribute to the discussions with ideas for innovation and the most up-to-date technology trends. The purpose of a CapTech is to propose R&T activities in response to agreed defence capability needs and to generate collaborative R&T projects accordingly within a specific technological scope. The CapTechs also contribute to the preparation of projects and programmes not carried out within the CapTech framework, as e.g. in the frame of the European Defence Fund (EDF), with their expertise whenever required. Up to six (6) different types of contracts, with a combined maximum envelope of EUR 2,5 Mill are envisaged under the “OSRA” Cluster: LOT I: CapTech Air Strategic Research Agenda (ref. 24.RTI.OP.186), LOT II: CapTech Maritime Strategic Research Agenda Agenda (ref. 24.RTI.OP.190) & LOT III: CapTech CBRN Strategic Research (ref. 24.RTI.OP.191) The scope of these Direct Contracts is the provision of the “Update or development of the CapTechs’ Strategic Research Agendas”. The SRAs update will comprehensively cover the following aspects across all domains: - Implement the new template for SRA resulting from the OSRA v3 framework. - Document information. - Update the existing sections and contents (e.g., Executive Summary to reflect the current state of the art – technology landscaping, gap analysis, TBBs, conclusions) ensuring their accuracy and alignment with the OSRA v3 guidelines. - TBB roadmaps. - CapTech mission and objectives. Update the CapTech mission, objectives, and AoR based on the EDA Defence Technology Taxonomy v2. - State of the art and gap analysis. - Identify cross-CapTech activities. - Identify the innovation needs, approach and expected activities in line with the “Hub for EU Defence Innovation” (HEDI) services. LOT IV: FWC CapTech Foresight Workshops (ref. 24.RTI.OP.192 & 24.RTI.SC.193) The primary objective of this FWC study is to support the definition and the implementation of the OSRA via a rigorous Technology Foresight activity, adding further to the RTI long-term vision of advanced technologies exploitation in EU defence. This will be accomplished through a series of foresight exercises and related thematic workshops, each concentrating on selected emerging technologies and their impact on future defence capabilities. LOT V: FWC in support of the Action Plan on Autonomous Systems (ref. 24.RTI.OP.194 & 24.RTI.SC.195) The general objective of this FWC is the provision of support to the continued and ongoing implementation of the APAS, through specific activities. LOT VI: FWC in support of the AI Action Plan (ref. 24.RTI.OP.267 & 24.RTI.SC.328) The general objective of this FWC is the provision of support to the continued and ongoing implementation of the AI Action Plan, through specific activities.
Procedure identifier : 5d2148e8-68fe-404d-b0e7-0e29498010e4
Internal identifier : EDA/2024/OP/0011
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73410000 Military research and technology

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Euro

2.1.4 General information

Additional information : Instructions to Tenderers in regard to Lots I – III : The same Tenderer may submit tenders for a maximum of two Lots. Each Lot will be assessed independently. Tenders that cover only part of one Lot or are declared as being conditional upon the award of any other Lot, shall be rejected. Tenderers submitting tenders for more than one Lot need to upload separate technical and financial proposals for each of the two Lots in question. A maximum of two Lots may be awarded to the same tenderer, but additional minimum capacity levels are considered (see Selection Criteria in Section 3.5.3 of the Tenders Specifications for each respective Lot): • Technical standing: the members of the team delivering the service can only be proposed for one Lot, meaning that the teams proposed to deliver the services under the various Lots should not overlap, with the exception of Project Managers and their backup(s), who can be proposed for more than one Lot.In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2018/1046

2.1.6 Grounds for exclusion

Bankruptcy : For the full list of exclusion grounds please consult the procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : CapTechs Air Systems Technologies – Lot I - Direct Contract 1 (DC1); ref. 24.RTI.OP.186
Description : The SRAs update will comprehensively cover the following aspects across all domains: - Implement the new template for SRA resulting from the OSRA v3 framework. - Document information. Update and maintain accurate data (e.g., technology landscaping on R&T activities in defence related to the selected CapTech SRA). Identify (missing) players in the domain, including small and non-traditional ones. Identify operational challenges and capability needs to be addressed by R&T activities. Identify new technological trends as well as emerging and potentially disruptive technologies related to the selected SRAs. - Update the existing sections and contents (e.g., Executive Summary to reflect the current state of the art – technology landscaping, gap analysis, TBBs, conclusions) ensuring their accuracy and alignment with the OSRA v3 guidelines. - TBB roadmaps. Review and update the TBB roadmaps based on the progress done since the publication of the latest version of the SRA and emerging technologies for each domain. Identify technology gaps and areas where further research and technology is needed. Evaluate the TBBs´ alignment based on the identified R&T needs. Prioritize funding decisions to bridge the identified activities. Include milestones, targets, and implementation steps. - CapTech mission and objectives. Update the CapTech mission, objectives, and AoR based on the EDA Defence Technology Taxonomy v2. - State of the art and gap analysis. Assess the current state of the selected SRAs by identifying gaps, challenges, and opportunities. Propose actionable recommendations to address the identified gaps. Within the selected SRAs identify the R&T topics which are more suitable for other EU funding tools such as the EDF work programme. - Identify cross-CapTech activities. Evaluate how the selected CapTechs activities are aligned with other internal initiatives at EDA level, but also identify potential overlaps and opportunities for synergies and complementarity with NATO and EU and European Commission Directorate Generals and agencies (e.g., DEFIS, JRC, EUSPA, ESA, etc.) - Identify the innovation needs, approach and expected activities in line with the “Hub for EU Defence Innovation” (HEDI) services.
Internal identifier : EDA/2024/OP/0011-LOT-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73410000 Military research and technology

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 151 216 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Instructions to Tenderers in regard to Lots I – III : The same Tenderer may submit tenders for a maximum of two Lots. Each Lot will be assessed independently. Tenders that cover only part of one Lot or are declared as being conditional upon the award of any other Lot, shall be rejected. Tenderers submitting tenders for more than one Lot need to upload separate technical and financial proposals for each of the two Lots in question. A maximum of two Lots may be awarded to the same tenderer, but additional minimum capacity levels are considered (see Selection Criteria in Section 3.5.3 of the Tenders Specifications for each respective Lot): • Technical standing: the members of the team delivering the service can only be proposed for one Lot, meaning that the teams proposed to deliver the services under the various Lots should not overlap, with the exception of Project Managers and their backup(s), who can be proposed for more than one Lot.

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 70
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 20/09/2024 17:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/09/2024 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
TED eSender : European Commission

5.1 Lot technical ID : LOT-0002

Title : CapTech Naval Systems Technologies (Maritime) – Lot II - Direct Contract 2 (DC2); ref. 24.RTI.OP.190
Description : The SRAs update will comprehensively cover the following aspects across all domains: - Implement the new template for SRA resulting from the OSRA v3 framework. - Document information. Update and maintain accurate data (e.g., technology landscaping on R&T activities in defence related to the selected CapTech SRA). Identify (missing) players in the domain, including small and non-traditional ones. Identify operational challenges and capability needs to be addressed by R&T activities. Identify new technological trends as well as emerging and potentially disruptive technologies related to the selected SRAs. - Update the existing sections and contents (e.g., Executive Summary to reflect the current state of the art – technology landscaping, gap analysis, TBBs, conclusions) ensuring their accuracy and alignment with the OSRA v3 guidelines. - TBB roadmaps. Review and update the TBB roadmaps based on the progress done since the publication of the latest version of the SRA and emerging technologies for each domain. Identify technology gaps and areas where further research and technology is needed. Evaluate the TBBs´ alignment based on the identified R&T needs. Prioritize funding decisions to bridge the identified activities. Include milestones, targets, and implementation steps. - CapTech mission and objectives. Update the CapTech mission, objectives, and AoR based on the EDA Defence Technology Taxonomy v2. - State of the art and gap analysis. Assess the current state of the selected SRAs by identifying gaps, challenges, and opportunities. Propose actionable recommendations to address the identified gaps. Within the selected SRAs identify the R&T topics which are more suitable for other EU funding tools such as the EDF work programme. - Identify cross-CapTech activities. Evaluate how the selected CapTechs activities are aligned with other internal initiatives at EDA level, but also identify potential overlaps and opportunities for synergies and complementarity with NATO and EU and European Commission Directorate Generals and agencies (e.g., DEFIS, JRC, EUSPA, ESA, etc.) - Identify the innovation needs, approach and expected activities in line with the “Hub for EU Defence Innovation” (HEDI) services.
Internal identifier : EDA/2024/OP/0011-LOT-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73410000 Military research and technology

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 151 217 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Instructions to Tenderers in regard to Lots I – III : The same Tenderer may submit tenders for a maximum of two Lots. Each Lot will be assessed independently. Tenders that cover only part of one Lot or are declared as being conditional upon the award of any other Lot, shall be rejected. Tenderers submitting tenders for more than one Lot need to upload separate technical and financial proposals for each of the two Lots in question. A maximum of two Lots may be awarded to the same tenderer, but additional minimum capacity levels are considered (see Selection Criteria in Section 3.5.3 of the Tenders Specifications for each respective Lot): • Technical standing: the members of the team delivering the service can only be proposed for one Lot, meaning that the teams proposed to deliver the services under the various Lots should not overlap, with the exception of Project Managers and their backup(s), who can be proposed for more than one Lot.

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 70
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 20/09/2024 17:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/09/2024 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
TED eSender : European Commission

5.1 Lot technical ID : LOT-0003

Title : CapTech CBRN – Lot III - Direct Contract 3 (DC3); ref. 24.RTI.OP.191
Description : The SRAs update will comprehensively cover the following aspects across all domains: - Implement the new template for SRA resulting from the OSRA v3 framework. - Document information. Update and maintain accurate data (e.g., technology landscaping on R&T activities in defence related to the selected CapTech SRA). Identify (missing) players in the domain, including small and non-traditional ones. Identify operational challenges and capability needs to be addressed by R&T activities. Identify new technological trends as well as emerging and potentially disruptive technologies related to the selected SRAs. - Update the existing sections and contents (e.g., Executive Summary to reflect the current state of the art – technology landscaping, gap analysis, TBBs, conclusions) ensuring their accuracy and alignment with the OSRA v3 guidelines. - TBB roadmaps. Review and update the TBB roadmaps based on the progress done since the publication of the latest version of the SRA and emerging technologies for each domain. Identify technology gaps and areas where further research and technology is needed. Evaluate the TBBs´ alignment based on the identified R&T needs. Prioritize funding decisions to bridge the identified activities. Include milestones, targets, and implementation steps. - CapTech mission and objectives. Update the CapTech mission, objectives, and AoR based on the EDA Defence Technology Taxonomy v2. - State of the art and gap analysis. Assess the current state of the selected SRAs by identifying gaps, challenges, and opportunities. Propose actionable recommendations to address the identified gaps. Within the selected SRAs identify the R&T topics which are more suitable for other EU funding tools such as the EDF work programme. - Identify cross-CapTech activities. Evaluate how the selected CapTechs activities are aligned with other internal initiatives at EDA level, but also identify potential overlaps and opportunities for synergies and complementarity with NATO and EU and European Commission Directorate Generals and agencies (e.g., DEFIS, JRC, EUSPA, ESA, etc.) - Identify the innovation needs, approach and expected activities in line with the “Hub for EU Defence Innovation” (HEDI) services.
Internal identifier : EDA/2024/OP/0011-LOT-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73410000 Military research and technology

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 151 217 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Instructions to Tenderers in regard to Lots I – III : The same Tenderer may submit tenders for a maximum of two Lots. Each Lot will be assessed independently. Tenders that cover only part of one Lot or are declared as being conditional upon the award of any other Lot, shall be rejected. Tenderers submitting tenders for more than one Lot need to upload separate technical and financial proposals for each of the two Lots in question. A maximum of two Lots may be awarded to the same tenderer, but additional minimum capacity levels are considered (see Selection Criteria in Section 3.5.3 of the Tenders Specifications for each respective Lot): • Technical standing: the members of the team delivering the service can only be proposed for one Lot, meaning that the teams proposed to deliver the services under the various Lots should not overlap, with the exception of Project Managers and their backup(s), who can be proposed for more than one Lot.

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 70
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 20/09/2024 17:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/09/2024 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
TED eSender : European Commission

5.1 Lot technical ID : LOT-0004

Title : Service Framework Contract for the provision of “CapTech Foresight Workshops”- Lot IV; ref. 24.RTI.OP.192
Description : The primary objective of this FWC study is to support the definition and the implementation of the OSRA via a rigorous Technology Foresight activity, adding further to the RTI long-term vision of advanced technologies exploitation in EU defence. This will be accomplished through a series of foresight exercises and related thematic workshops, each concentrating on selected emerging technologies and their impact on future defence capabilities. This FWC is expected to plan and execute up to 16 foresight exercises and related thematic workshops, each one tailored on specific technology themes and issues identified in the context of EDA’s CapTechs, therefore addressing a wide number of advanced technologies and across any defence domain. The primary goal of these foresight exercises and workshops is to influence the future trajectory of specific emerging and disruptive technologies in defence applications, assessing their impact on EU defence capabilities for the mid to long term, extending beyond 2050. The results of each foresight exercise will be incorporated into the OSRA toolchain, in the CapTechs' work programmes, and in HEDI, to start with. The work plan of this FWC will adhere to a series of Specific Objectives (SO#) outlined below: - SO1: Identify the target technologies for the foresight exercises and the relevant experts. - SO2: Define the focus, scope, and approach for each foresight exercise to be conducted. - SO3: Execute a series of foresight exercises and related thematic workshops. - SO4: Prepare strategic planning and a technology roadmap.
Internal identifier : EDA/2024/OP/0011-LOT-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73410000 Military research and technology

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 682 350 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 70
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 20/09/2024 17:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/09/2024 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
TED eSender : European Commission

5.1 Lot technical ID : LOT-0005

Title : Service Framework Contract to “Support the implementation of the Action Plan on Autonomous Systems (APAS)” - Lot V; ref. 24.RTI.OP.194
Description : The general objective of the present FWC is the provision of support to the continued and ongoing implementation of the APAS, through specific activities that may cover the following areas: - Technology screening and technology discovery activities aimed to identify new/disruptive ideas and concepts in support of the APAS’s technological action lines focused on development and integration of technology up to TRL 6. This can include studies, experimentation events, scouting activities, and concept papers. - Development of a comprehensive cross-domain taxonomy for AS. - Development of methods and tools to test, verify and validate AI algorithms for the AS of the future. - Identification of the necessary levels of interoperability and standardization of AS, identification of AS standardization gaps, and support to closing standardization gaps on AS. - Identification of certification and regulation needs, challenges, and gaps for Land, Air, Maritime, and cross-domain AS with different levels of autonomy and application. - Development of a comprehensive business case to support MS’ decision on the creation of a European Platform of AS (EUPAS). - Promote communication/dissemination/advertisement of APAS activities, including events organized within the umbrella of the Autonomous Systems Community of Interest (ASCI).
Internal identifier : EDA/2024/OP/0011-LOT-5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73410000 Military research and technology

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 682 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 70
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 20/09/2024 17:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/09/2024 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
TED eSender : European Commission

5.1 Lot technical ID : LOT-0006

Title : Service Framework Contract to “Support the implementation of the Action Plan on Artificial Intelligence for Defence” - Lot VI; ref. 24.RTI.OP.267
Description : The general objective of the present FWC is the provision of support to the continued and ongoing implementation of the AI Action Plan, through specific activities that may cover the following areas: - Explore the feasibility, functional and non-functional requirements for an EU wide data space for Defence - Explore analyse and develop Trustworthiness requirements and best practices for Defence applications - Develop and implement a Standardisation Management Plan for AI in Defence that will address the standardisation requirements for AI-based systems in Defence - Develop and implement a Testing and Evaluation Methodology that will be aligned with the Defence Testing and Evaluation Base. - Develop guidelines for testing, verification, and validation of AI-based systems in Defence - Support the above activities with workshops, conferences and publications that will support the EU MS knowledge and awareness enhancement.
Internal identifier : EDA/2024/OP/0011-LOT-6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73410000 Military research and technology

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 682 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 70
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 20/09/2024 17:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 23/09/2024 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
TED eSender : European Commission

8. Organisations

8.1 ORG-0001

Official name : European Defence Agency
Registration number : EDA
Department : EDA.CEO - Chief Executive Office,EDA.CEO.CSD - Corporate Services Directorate,EDA.CEO.CSD.3 - Procurement and Contract Unit
Postal address : Rue des Drapiers/Lakenweversstraat 17-23
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 504 28 00
Internet address : https://eda.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : c73315bd-ecb7-4e15-be3c-fb77f068d520-01
Main reason for change : Information updated
Description : Extension of tender submission deadline.

11. Notice information

11.1 Notice information

Notice identifier/version : 2e5155cf-6e2b-45ea-bcea-3501b38f3b24 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/07/2024 11:36 +02:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00461011-2024
OJ S issue number : 148/2024
Publication date : 31/07/2024