· web viewdraft standards for the use of galileo based positioning in future 4g/wimax networks...

46
Annex I TENDER SPECIFICATIONS Support to Galileo Standardisation and High-level Documents Management TABLE OF CONTENTS I. SPECIFICATIONS ....................................................... 3 I.1.INTRODUCTION..........................................................3 I.2.PURPOSE OF THE CONTRACT................................................3 I.3.LIST OF ACRONYMS......................................................4 I.4.TASKS...............................................................5 I.4.1............................................TASK 1 – MANAGEMENT 5 I.4.2...................................TASK 2 – AVIATION STANDARDISATION 7 I.4.3...................................TASK 3 – MARITIME STANDARDISATION 9 I.4.4........................TASK 4 – LOCATION BASED SERVICES STANDARDISATION 10 I.4.5.............TASK 5 – STANDARDISATION ROADMAP FOR OTHER APPLICATION DOMAINS 11 I.4.6...............................TASK 6 – DEVELOPMENT OF SERVICE ICD'S 12 I.4.7.....................TASK 7 – SUPPORT TO A SIS ICD CONSULTATION PROCESS 13 I.4.8.............TASK 8 - SUPPORT IN CONFIGURATION CONTROL ACTIVITIES VIA DOORS 14 I.5.PROJECT MILESTONES AND MEETINGS.........................................15 I.6.PROJECT DURATION.....................................................15 I.7.DELIVERABLES.........................................................15 I.7.1.....................................REPORTS AND DOCUMENTS TO PRODUCE 15 I.7.2........................................REPORT FORMAT AND PUBLICATION 15 I.8.PLACE OF PERFORMANCE..................................................15 I.9.CONTRACT VALUE.......................................................15 II. TERMS OF CONTRACT .................................................. 16 1

Upload: haduong

Post on 30-May-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Annex I

TENDER SPECIFICATIONS Support to Galileo Standardisation and High-level Documents Management

TABLE OF CONTENTS

I. SPECIFICATIONS ...................................................................................................................................... 3

I.1. INTRODUCTION.........................................................................................................................................3I.2. PURPOSE OF THE CONTRACT..................................................................................................................3I.3. LIST OF ACRONYMS.................................................................................................................................4I.4. TASKS........................................................................................................................................................5I.4.1. TASK 1 – MANAGEMENT................................................................................................................5I.4.2. TASK 2 – AVIATION STANDARDISATION............................................................................................7I.4.3. TASK 3 – MARITIME STANDARDISATION...........................................................................................9I.4.4. TASK 4 – LOCATION BASED SERVICES STANDARDISATION...........................................................10I.4.5. TASK 5 – STANDARDISATION ROADMAP FOR OTHER APPLICATION DOMAINS..............................11I.4.6. TASK 6 – DEVELOPMENT OF SERVICE ICD'S..................................................................................12I.4.7. TASK 7 – SUPPORT TO A SIS ICD CONSULTATION PROCESS........................................................13I.4.8. TASK 8 - SUPPORT IN CONFIGURATION CONTROL ACTIVITIES VIA DOORS................................14I.5. PROJECT MILESTONES AND MEETINGS.................................................................................................15I.6. PROJECT DURATION...............................................................................................................................15I.7. DELIVERABLES.......................................................................................................................................15I.7.1. REPORTS AND DOCUMENTS TO PRODUCE..........................................................................................15I.7.2. REPORT FORMAT AND PUBLICATION.................................................................................................15I.8. PLACE OF PERFORMANCE.....................................................................................................................15I.9. CONTRACT VALUE.................................................................................................................................15

II. TERMS OF CONTRACT ..................................................................................................................... 16

II.1. TERMS OF PAYMENT.............................................................................................................................16II.2. FINANCIAL GUARANTEES.....................................................................................................................16II.3. SUBCONTRACTING................................................................................................................................16II.4. LEGAL FORM TO BE TAKEN BY THE GROUPING OF SERVICE PROVIDERS TO WHOM THE CONTRACT IS AWARDED......................................................................................................................................................16

III. FORM AND CONTENT OF THE TENDER .................................................................................... 17

III.1. GENERAL.............................................................................................................................................17III.2. STRUCTURE OF THE TENDER..............................................................................................................17III.2.1. SECTION ONE: ADMINISTRATIVE PROPOSAL..................................................................................17III.2.2. SECTION TWO: TECHNICAL PROPOSAL..........................................................................................18III.2.3. SECTION THREE: FINANCIAL PROPOSAL........................................................................................18

IV. ASSESSMENT AND AWARD OF THE CONTRACT .................................................................... 20

1

IV.1. EXCLUSION CRITERIA (EXCLUSION OF TENDERERS).........................................................................20IV.1.1. EVIDENCE TO BE PROVIDED BY THE TENDERERS...........................................................................21IV.1.2. OTHER CASES OF EXCLUSION..........................................................................................................21IV.1.3. DECLARATION..................................................................................................................................21IV.2. ADMINISTRATIVE AND FINANCIAL PENALTIES..................................................................................22IV.3. SELECTION CRITERIA (SELECTION OF TENDERERS)......................................................22IV.3.1. ECONOMIC AND FINANCIAL CAPACITY – REFERENCES REQUIRED...............................................23IV.3.2. TECHNICAL AND PROFESSIONAL CAPACITY – REFERENCES REQUIRED.......................................23IV.4. EVALUATION OF TENDERS – AWARD CRITERIA................................................................23IV.5. INFORMATION FOR TENDERERS.........................................................................................................25IV.6. Annexes................................................................................................................................................25

2

I. SPECIFICATIONS

I.1. Introduction

Galileo and EGNOS will provide services over wide geographical areas and for a broad range of user communities and applications. Standardisation is a powerful tool that applies equally to the regulatory process involved in safety of life applications, as it does to Galileo's commercial success for mass-market and specialised application.Developing standards for the Galileo signals, services and receiving equipments will be a key enabler to gain user acceptance for Galileo unique features (e.g. integrity service, authentification, TCAR…), to support community regulations involving the use of satellite navigation and to support market penetration.The Standardisation effort for EGNOS and Galileo has started a number of years ago but is a lengthy process that is time and effort consuming due to the tailoring needed to support each user community and to the usually very formal development process that involves multiple bodies during the drafting and approval stages. The standard development has also to be phased with the system design activities as well as specific research programmes that both feed the standard-making bodies with the technical material necessary to consolidate and validate the norms being developed.The intent of this tender is to continue the standardisation process already started in the fields of aviation, maritime and location based services with the objective to have fully established norms in time for the system entry into operations. This activity is complementary to the on-going space industry standardization activities on-going in CEN, CENELEC and ETSI.

Another important aspect for the correct development of the European GNSS programs and for gaining the user acceptance for Galileo and EGNOS is strict configuration management and publication process for the high-level documents defining the mission of Galileo and EGNOS. We can ascribe to this category the Mission Requirements Documents (MRD's) and the Interface Control Documents (ICD's) towards the users (Signal in Space ICD's and Services ICD's). The Galileo MRD is fundamental for the development and implementation of the system, and the ICD's are of the utmost importance for the market penetration of Galileo.

It is intended that support is provided to maintain a strict configuration control of these documents, using a S/W tool already adopted by all Galileo stakeholders for documents configuration control. For the SIS ICD of Galileo a consultation process is envisaged for obtaining from industry, operators, researchers and users' communities a feedback that will be extremely useful for the improvement of the structure and content of the document.

I.2. Purpose of the Contract

The aim of this contract is to carry on the standardization process for EGNOS and Galileo in key application areas and to develop a standardization roadmap for other applications where the standardization work has not yet fully started.

This contract includes the execution of the following tasks:

Task 1: Management

Task 2: Aviation Standardisation

Task 3: Maritime Standardisation

3

Task 4: Location Based Services Standardisation

Task 5: Standardisation roadmap for other domains

Task 6: Development of Service ICD's

Task 7: Support to a SIS ICD Consultation Process

Task 8: Support in configuration control activities via DOORS

The activities associated with these tasks are described in detail in the following sections.

For Standardisation activities, the main outcomes expected from this contract are: Full set of ICAO SARPs for Galileo OS and SoL service/signals A consolidated Interface Control Document and associated ICAO SARPs for future SBAS

L5 signals A mature aviation Galileo receiver standard (EUROCAE MOPS) A draft combined Galileo/GPS/SBAS receiver standards developed jointly by EUROCAE

and RTCA in the US Draft standards for GBAS architectures supporting the use of Galileo signals A recognition file for adoption of Galileo by IMO A mature maritime receiver standard adopted by IEC Mature differential Galileo standards developed by RTCM Finalize location based services standards for the use of Galileo in GSM and UMTS

networks (for both 3GPP and OMA solutions) Draft standards for the use of Galileo based positioning in future 4G/WIMAX networks Roadmap for standardization in Rail, Road and other applications

Regarding the consolidation of high-level documents, the main outcomes will be Galileo OS and SoL service ICD sReport on user consultation process Migration of the Galileo/EGNOS MRD's in DOORS Traceability of requirements (specifically, GMRD->GSRD) Definition of the compliance statement (GMRD-GSRD) Support in the preparation of the Galileo/EGNOS MRD CCB Update of Galileo/EGNOS DOORS databases at any release of the respective MRD's.

I.3. List of Acronyms

CCB Configuration Control Board (for Galileo MRD and ICD)CEN Comité Européen de Normalisation (European Committee for

Standardization)CENELEC Comité Européen de Normalisation Electrotechnique

(European Committee for Electrotechnical Standardization )DOORS Dynamic Object-Oriented Requirement SystemEGNOS European Global Navigation Overlay SystemEMRF European Maritime Radionavigation ForumEPO ESA EGNOS Project OfficeESA European Space AgencyETSI European Telecommunication Standards Institute

4

EUROCAE European Organization for Civil Aviation EquipmentGAGAN GPS And GEO Augmented NavigationGBAS Ground Based Augmentation SystemsGMRD Galileo Mission Requirement DocumentGSA European GNSS Supervisory AuthorityGSRD Galileo System Requirement DocumentIALA International Association of Lighthouse AuthoritiesICAO International Civil Aviation OrganizationICD Interface Control DocumentIMO International Maritime OrganizationIEC International Electrotechnical CommissionITU International Telecommunication UnionMOPS Minimum Operational Performance StandardMRD Mission Requirements DocumentMSAS MTSAT Satellite-based Augmentation SystemMSC Maritime Safety Committee (of IMO)NAV Navigation Sub Committee (of IMO MSC)NMEA National Maritime Electronics AssociationNSP Navigation Systems PanelOMA Open Mobile AllianceOS Open Service (of Galileo)RTCA Radio Technical Commission for AeronauticsRTCM Radio Technical Commission for Maritime servicesSARPs Standards and Recommended PracticesSBAS Satellite Based Augmentation SystemSIS Signal In SpaceSoL Safety of Life Service (of Galileo)SRD System Requirements DocumentSUPL Secured User PLane (protocol)TCAR Triple Carrier Ambiguity ResolutionTSO Technical Standard OrderWAAS Wide Area Augmentation System3GPP Third Generation Partnership Project

I.4. Tasks

I.4.1. TASK 1 – MANAGEMENT

I.4.1.1. Description

The task consists in providing the overall management for the contract. The main activities to be performed throughout the whole duration of the contract are:

Contractual management Organization and coordination of internal communication flow Documentation management Tracking project status Establish and maintain travel plan Review and verification of deliverables

5

Organization of progress meetings (calling notice, agenda, chairing and reporting) Identify needs for interfaces with external entities Ensure coordination between the different activities as necessary Provide inputs for the GSA knowledge management database (GKMF) in line with the

format and guidelines to be provided at Kick-Off

I.4.1.2. Deliverables

Ref Title Delivery CommentsD110x Status Report Every 3 months Includes both

technical and administrative status

D1200 Final Report To+24 months Including Coordination issues and Risk management.

I.4.1.3. Milestones

Progress meetings will be organized on a 3-monthly basis to present the status of the work and steer the next period.

Technical coordination meetings will be held with the customer as required to progress on each specific topics.

6

I.4.2. TASK 2 – Aviation Standardisation

I.4.2.1. Description

The activities to be performed shall address Galileo and SBAS and GBAS standard evolutions. In each case, work is required in the areas of signal in space and performance definition as well as on user receiving equipment standardization. The tasks to perform shall include:

Refinement of Galileo stand-alone receiver standard: The objective is to mature the draft EUROCAE MOPS for Galileo receiver based on feedback received from prototype receiver developments launched by avionics manufacturers. The outcome of this work should be a fairly stable standard that fully covers the functional, performance, environmental and testing specifications.

Development of ICAO SARPs for Galileo: The intent is to complete the development of ICAO SARPs for Galileo Open and Safety of Life services/signals. The work shall include the update of draft SARPs already existing to reflect the latest evolutions of the Galileo system (e.g. updated performance levels, consolidated integrity concept, CBOC on E1, interference environment…). Part of the work required is to assemble a validation file that includes systematic validation material against each proposed SARPs requirement. Other task to be considered is the preparation of working papers for ICAO Navigation System Panel meetings as necessary to present relevant developments and study results from European GNSS programmes.

Participation to the development of Combined Galileo/GPS/SBAS receiver standards: The objective is to support the work carried out in cooperation between EUROCAE WG 62 and RTCA SC 159 towards the development of a MOPS for combined receivers. This shall include studies on the optimal combination of system/signals at receiver levels, definition of switching logics, assessment of performance of different receiver architectures through simulations, derivation of operational benefits and drafting of combined receiver standards.

SBAS L5 ICD and SARPs: The first objective is to finalize the development of an SBAS L5 ICD that defines the RF signal characteristics, the navigation message structure/content, the parameter definitions, the protocols for data applications and the requirements for both service providers and receiving equipments. This work shall be initially performed in the frame of EUROCAE WG62. However, since the SBAS standards is shared with numerous service providers (EGNOS, WAAS, MSAS, GAGAN…), it is important that this development is carefully coordinated at international level. Once the SBAS L5 ICD has reached consensus, the work will consist in developing corresponding ICAO SARPs. A justification/validation file will also have to be developed.

Antenna Standard: The objective is to develop, in cooperation with RTCA in the US, an antenna MOPS for triple band (E1, L5, E5) aeronautical antennas. The work shall include theoretical analyses for the derivation of key performance requirements and shall use the test results of other on-going technology-oriented contracts dealing with such antenna prototype developments.

GBAS standards: The objective is to start the introduction of Galileo functionalities in the GBAS standards adopted by aviation. The work shall consider the following steps :

o Introduction of Galileo- E1 GBAS alternative to existing GPS-L1 GBAS standards for Cat I operations

o Introduction of Galileo-E1 in addition to GPS-L1 for GBAS standards supporting Cat II/III operations with some potential restrictions (so called GAST-D concept)

o Development of new Galileo E1-E5 GBAS standards to fully support Cat II/III operations

7

o Development of new Galileo/GPS multifrequency GBAS standards to fully support Cat II/III if operationally justified

The work to perform shall briefly study the different solutions listed above and provide recommendations on the optimal approach. The activity shall then be dedicated to the development of draft standards for the retained configurations. The standards shall first be developed within EUROCAE (WG28 and/or WG 62). Once a sufficient level of maturity is reached, coordination with RTCA and ICAO shall be supported.

I.4.2.2. Deliverables

Ref Title DeliveryD2110D2120

Draft Galileo MOPSFinal Galileo MOPS

T0+12 monthT0+24 month

D2210D2220

Draft Galileo ICAO SARPsFinal Galileo ICAO SARPs

T0+12 monthT0+24 month

D2230 Galileo SARPs validation file T0+24 monthD2310 Report on Optimal combined receiver

architectureT0+12 month

D2320 Draft Combined Galileo/GPS/SBAS MOPS (not including testing section)

T0+24 month

D2410 SBAS L5 ICD T0+12 monthD2420 SBAS L5 SARPs T0+24 monthD2430 SBAS L5 SARPs validation file T0+24 monthD2510D2520

Draft Antenna MOPSFinal Antenna MOPS

T0+12 monthT0+24 month

D2610 Analysis of GBAS standardisation options

T0+6 months

D2620 Draft standards for retained Galileo GBAS configurations

T0+12 monthsT0+24 months

Other Outputs

Working Papers for ICAO NSP, EUROCAE and RTCA meetings

I.4.2.3. Participation to standardization committees

Participation to the following meetings has to be provided: ICAO GNSSP Technical Working Group (All meetings – 2 per year outside of Europe) EUROCAE WG 62 (All meetings in Europe– 4 per year) RTCA SC 159 (All meetings – 3 to 4 per year in the USA) Coordination with CEN/CENELEC/ETSI as required to coordinate with space industry

standardization work (all meetings in Europe)

For all standardization meetings attended by members of the consortium, a short report will be prepared within a week including:

Main objectives for the meeting Discussions and analysis of each topic in the agenda item Conclusions and action items Corresponding action plan and additional recommendation if appropriate

8

I.4.3. TASK 3 – Maritime Standardisation

I.4.3.1. Description

The objective of this work is to complete the standardization of Galileo in the Maritime sector. The tasks to perform shall include the following:

Preparation of recognition of Galileo as part of IMO World Wide Radio Navigation Service: The objective is to prepare a submission file supporting the recognition of Galileo by IMO. This file shall include sufficient technical data to demonstrate that the system meets and will continue to meet the essential requirements adopted by IMO.

Support the work for re-alignment of the maritime user requirements within IMO resolution 915.22 with present and future actual operational needs.

Finalization of IEC receiver testing standards for Galileo Finalization of RTCM differential standards for Galileo. This shall include updates of both

version 2.3 and version 3 of the RTCM 104 standard to include Galileo. The work shall also secure the participation to interoperability testing sessions necessary before the standard adoption.

Preparation of inputs to ITU-R for revision of Recommendation M.823 to include Galileo in differential GNSS standards

Coordination with IALA e-NAV committee on Galileo related issues Liaison with EMRF as required Investigation on standardization needs for the use of Galileo to support marginal navigation

(e.g. pseudolite standards…)

I.4.3.2. Deliverables

Ref Title DeliveryD3100 Recognition file for Galileo T0+24 monthsD3200 Report on evolution of maritime

performance standards for GNSST0+12 months

D3300 Final IEC receiver standard T0+24 monthsD3400 Final RTCM 104 V2.3 standard T0+12 monthsD3500 Final RTCM 104 V3 standard T0+12 monthsD3600 Revision of ITU-R Recom M.823 T0+24 monthsD3700 Standardisation roadmap for the use of

Galileo to support marginal navigationT0+12 months

I.4.3.3. Participation to standardization committees

Participation to the following meetings has to be provided: IMO MSC if deemed necessary (2 per year in the UK) IMO NAV subcommittee and relevant working groups (2 per year in the UK) IALA meetings as appropriate (2 per year outside Europe) RTCM SC 104 (At least twice a year in the US) IEC WG4A (3 per year) EMRF (2 per year in Europe) Coordination with CEN/CENELEC/ETSI as required to coordinate with space industry

standardization work (All meetings in Europe)

9

I.4.4. TASK 4 – Location Based Services Standardisation

I.4.4.1. Description

The objective of this work is to first finalize the standardization of Galileo for positioning in the GSM and UMTS context, to extend this standardization to innovative features and to start standardization of Galileo positioning in new generation networks. The task to perform shall include:

Finalisation of 2G and 3G standards. The objective is to prepare all required change notices to 3GPP and OMA standards to :

o Complete the Galileo positioning standardizationo Correct ASN 1 codingo Harmonise GERAN/RAN implementation of GNSS positioningo Solve the limitation currently existing on the position report accuracy

Maintain positioning standards in 3GPP and OMA to follow evolutions of Galileo system definition.

Study and participate to the standardization of innovative features currently envisaged by 3GPP and OMA (e.g. long term ephemeris, TCAR, RTK…)

Define performance requirements in 3GPP Develop end-to-end testing procedures associated to new positioning features including

Galileo – Support as required OMA-organised test fests. Start development of Galileo standards for new generation systems (4G, WIMAX)

I.4.4.2. Deliverables

Ref Title DeliveryD4100 Report on finalisation of Galileo

positioning standards in 2G and 3GTo+9 months

D4200 Report on standardisation of innovative features

To+12 months

D4300 Definition of performance requirements in 3GPP

To+12 months

D4400 Testing procedures for Galileo positioning features

To+12 months

D4500 Draft standards for Galileo positioning for in LTE context

To+24 months

Other outputs

Change Requests on Technical Specification necessary to conclude standardisation of Galileo in 3GPP and OMA

I.4.4.3. Participation to standardization committees

Participation to the following meetings has to be provided: 3GPP RAN, GERAN, SA and CT working groups and subgroups as appropriate OMA meetings for finalisation of SUPL standard Mobile Telecommunication major conference (1 per year outside of Europe) Coordination with CEN/CENELEC/ETSI as required to coordinate with space industry

standardization work (All meetings in Europe)

10

I.4.5. TASK 5 – Standardisation Roadmap for other application domains

I.4.5.1. Description

In the Rail and Road sectors, some initial standardization work has been launched in the past (e.g. part of SAGA and GEM contracts) that now needs to be pursued with the objective of defining a detailed standardization roadmap to be implemented in subsequent calls of FP 7. For both sectors, the expected tasks are similar and shall include:

Identification of applications for which the use of Galileo is considered. Such applications should consider use of Galileo for positioning, tracking, surveillance, timing, etc…

For each application identified above a brief report shall be produced that includes the following elements :

o Description of the application (mission level)o Typical architecture needed to support the applicationo Development/Implementation planso Actors (system promoters, designers, operators, costumers…)o Standardisation needs (elements to standardize, nature of the standard, most relevant

standardization body/ies, supporting parties, rough timeline) Development of a detailed standardization roadmap. Based on the previous task, the

objective is to develop a standardization roadmap that prioritizes the standardization actions to be conducted, explains the standardization process that is best suited to each type of standard, provides an estimate of the effort required and identifies the benefits expected from the development of each standard.

Finally, it is also expected that the contractor conducts a survey of other application areas and provides a set of recommendations towards urgent standardization needs.

I.4.5.2. Deliverables

Ref Title DeliveryD5110 Road Applications Mini Reports (5 to 10

reports expected corresponding to each identified application)

To+6 months

D5120 Road Standardisation Roadmap To+12 monthsD5210 Rail Applications Mini Reports (5 to 10

reports expected corresponding to each identified application)

To+6 months

D5220 Rail Standardisation Roadmap To+12 monthsD5300 Standardisation needs in other application

areasInitial VersionTo+6 monthsFinal Version To+12months

I.4.5.3. Participation to standardization committees

It is expected that the contractor will participate to relevant standardisation committee meetings in the different user communities as required to perform the work.

11

I.4.6. TASK 6 – Development of Service ICD's

I.4.6.1. Description

Draft versions of the Galileo Open Service (OS) and Safety-of-Life (SoL) service ICDs already exist. Those service ICD drafts have to be updated considering the latest Galileo program evolutions and the needs of the different standardization bodies in terms of the required information for developing standards and the validation of the information itself.

Moreover, new public versions of the Galileo SIS ICD and Galileo OS&SoL Service ICD will be published next year once the Galileo system design is consolidated.Support will be needed then for setting up efficient consultation processes on those published ICDs (see Task 7).

The scope of this task is to develop a consolidated Galileo service ICD for the OS and the SoL services. This ICD shall inform user communities, and in particular service providers, on the level of performance that the service provider commits to provide to Galileo users.

This Service ICD shall include, at least, the following standards (this list is not exhaustive) for both Galileo OS and SoL services:

Accuracy standard (SIS URE and positioning accuracy) PDOP availability Service availability (average and worst-cases figures based on specific SIS URE and

integrity performance) Service reliability (average and worst-cases figures based on specific SIS URE and

integrity performance) Time transfer accuracy Environmental and dynamic conditions User equipment assumptions

I.4.6.2. Deliverables

Ref Title DeliveryD6100 Galileo OS & SoL Service ICD (Draft) T0+6 MonthsD6200 Galileo OS & SoL Service ICD (Final) T0+12 Months

12

I.4.7. TASK 7 – Support to a SIS ICD Consultation Process

I.4.7.1. Description

New public versions of the Galileo SIS ICD and Galileo OS&SoL Service ICD will be published next year once the Galileo system design is consolidated. Once published, two separate consultation processes will be launched, at different dates depending on the publication dates of those documents, with the different user communities for those two ICDs. Those consultation processes will be web-based consultation processes implemented on the GSA website. For this, the proper elements required to support them shall be developed (e.g. electronic comment form, explanatory text on the GSA web page, creation of email account for the reception of the comments, adequate communication on the new ICDs release). Then the comments received shall be processed in order to facilitate the development, by GSA, of revised SIS ICD and OS&SoL Service ICD versions. Comments shall be classified and formatted in a relevant and useful way by types of comments for instance. Those consultation processes shall account for the outcomes and learning from the consultation process which was set up for the Galileo SIS ICD Draft 1 in October 2007.

I.4.7.2. Deliverables

Ref Title DeliveryD7100 Report on the two consultation

processes T0+18 Months

13

I.4.8. TASK 8 - Support in configuration control activities via DOORS

I.4.8.1. Description

DOORS (made by Telelogic) is the S/W tool almost universally used in engineering activities for requirements management and document configuration control. Via DOORS it is possible to create a database of requirements and link them in a hierarchical order so that the user can derive the "flow-down" of requirements in a requirement document. Moreover, the user can link different documents and create a "traceability matrix" from the requirements of one document to another.By means of DOORS the user can have a clear visibility of what changes were done on a document, when, by whom and under which justification (the principle of configuration control).DOORS is being used to put under configuration control the Galileo and EGNOS Mission Requirements Document (MRD), and for what concerns Galileo, to verify the compliance with the System Requirements Document (SRD), which is managed by ESA. The purpose of this Task 8000 is to continue the activities of support to the GSA for DOORS , so to allow the migration in DOORS of all the newly published or updated EGNOS and Galileo MRD's and ICD's, namely the new issues of Signal in Space ICD's (OS/SoL, CS…) and of the Services ICD's, performing the logical link between them and with MRD, the coherence and the traceability of requirements from/to MRD/SRD and ICD's. The mentioned process shall be performed for each new public release of the OS or SoL SIS/Service ICD.

I.4.8.2. Deliverables

Ref Title DeliveryD8110 Report of migration of Galileo MRD in DOORS (Draft) T0+12 monthsD8120 Report of migration of Galileo MRD in DOORS (Final) T0+24 monthsD8210 Report of migration of EGNOS MRD in DOORS (Draft) T0+12 monthsD8220 Report of migration of EGNOS MRD in DOORS (Final) T0+24 monthsD8310 Traceability report of Galileo MRD (Draft) T0+12 monthsD8320 Traceability report of Galileo MRD (Final) T0+24 monthsD8410 Traceability report of EGNOS MRD (Draft) T0+12 monthsD8420 Traceability report of EGNOS MRD (Final) T0+24 monthsD8510 Report of DOORS migration of Galileo ICDs in DOORS (Draft) T0+12 monthsD8520 Report of DOORS migration of Galileo ICDs in DOORS (Final) T0+24 monthsD8610 Traceability report of Galileo ICDs with MRD (Draft) T0+12 monthsD8620 Traceability report of Galileo ICDs with MRD (Final) T0+24 months

Full databases and updates of Galileo MRD in DOORS (Draft) T0+12 monthsFull databases and updates of Galileo MRD in DOORS (Final) T0+24 monthsFull databases of Galileo ICD's in DOORS (Draft) T0+12 monthsFull databases of Galileo ICD's in DOORS (Final) T0+24 months

14

I.5. Project milestones and meetings

In addition to the regular progress meetings, the following milestone meetings will be held between the Contractor and the GSA.

Project Milestone Review Venue Objective Schedule

Kick-Off Meeting KOM GSA

Authorization of the start of project activities by GSA;Clarify and settle open points and details of the project.

T0

Intermediate Review IR GSA

Assess the accomplishment of the project over the first year of activities;Steer the activities for the second half of the project.

T0 + 13 months

Final Acceptance Review FAR GSA

Draw conclusions on the project outcome. Collect recommendations for future work. Approve final deliverables. Disseminate accomplishments.

T0 + 24 months

I.6. Project duration

The project activities shall start at T0 and will end after an estimated period of 24 months (after successful completion of the FAR).

I.7. Deliverables

I.7.1. Reports and documents to produceThe precise nature of the deliverables and reports required is specified under each individual task description in section I.4 above. The GSA shall have 30 days from receipt to approve or reject the reports and documents. Within 15 days of receiving the GSA’s comments or request for clarification, the contractor will submit additional information or another report.

I.7.2. Report format and publication3 copies of the reports shall be supplied in paper form and one copy in electronic form, eitherin MS Word or in HTML format.

I.8. Place of Performance

The task will be performed at the Contractor's premises.

Meetings between the Contractor and the GSA shall be held at GSA’s premises in Brussels (unless stated otherwise). All cost foreseen in the performance of the project, including travel costs shall be borne by the Contractor.

I.9. Contract Value

The maximum allocated budget for the project as described is 1.800.000 Eur (VAT excluded).The tenderer may propose options in order to optimize the price and/or the technical content of the project. Such options shall be quoted separately in the financial offer.

15

II. TERMS OF CONTRACT

In drawing up his offer, the tenderer should bear in mind the provisions of the draft Contract attached to this invitation to tender. Any limitation, amendment or denial of the terms of contract will lead to automatic exclusion from the procurement procedure.

GSA may, before the contract is signed, either abandon the procurement procedure or cancel the award procedure without the tenderers being entitled to claim any compensation.

II.1. Terms of payment

Payments shall be made in accordance with the provisions specified in the service Contract.

II.2. Financial guarantees

Guarantee on pre-financing

For any pre-financing higher than 100,000 EUR, a financial guarantee equivalent to the amount of the pre-financing will be requested.

Depending on the financial situation of the tenderer, GSA may ask for the financial guarantee for amounts lower than 100,000 EUR.

II.3. Subcontracting

If the tenderer intends to subcontract part of the service, he shall indicate in his offer which part will be subcontracted and to what extend (% of the total contract value).

Tenderers must inform the subcontractor(s) that Article II.17 of the Contract will be applied to them. Once the Contract has been signed, Article II.13 of the above-mentioned contract shall govern the subcontracting.

II.4. Legal form to be taken by the grouping of service providers to whom the contract is awarded

Groupings, irrespective of their legal form, may submit bids. Tenderers may, after forming a grouping, submit a joint bid on condition that it complies with the rules of competition. Such groupings (or consortium) must specify the company or person heading the project and must also submit a copy of the document authorising this company or person to submit a bid. If awarded, the contract will be signed by the company of the person heading the project, who will be, vis à vis GSA, the only contracting party responsible for the performance of this contract. Tenders from a consortium of firms or groups of service providers, contractors or suppliers must specify the role, qualifications and experience of each member of the consortium or group. Each member must provide all the necessary documents for assessing the bid as a whole with regard to the exclusion criteria, selection criteria (all of them) and award criteria.

16

III. FORM AND CONTENT OF THE TENDER

III.1. General

Tenders must be written in one of the official languages of the European Union. However, and due to the technical nature of the project, tenders are invited to submit their bids (or at least the technical part thereof) preferably in English.

Tenders must be clear and concise, with continuous page numbering, and assembled in a coherent fashion (e.g. bound or stapled, etc…). Since tenderers will be judged on the content of their submitted bids, they must make it clear that they are able to meet the requirements of the specifications.

III.2. Structure of the tender

All tenders must include three sections i.e. an administrative, a technical and a financial proposal.

III.2.1. Section One: administrative proposalThis section must provide the following information, set out in the standard identification forms attached to these tender specifications (Annexes 1, 2 and 3):

Tenderers’ identification (Annex 1)

All tenderers must provide proof of registration, as prescribed in their country of establishment, on one of the professional or trade registers or provide a declaration or certificate.

If the tenderer is a natural person, he/she must provide a copy of the identity card/passport or driving licence and proof that he/she is covered by a social security scheme as a self-employed person.

Each service provider (including subcontractor(s) or any member of a consortium or grouping) must complete and sign the identification forms in Annex 1 and also provide above-mentioned documents. However, the subcontractor(s) shall not be required to fill in or provide those documents when the services represent less than 10% of the contract.

Financial identification (Annex 2)

The bank identification form must be completed and signed by an authorised representative of the tenderer. In the case of a grouping, this form must only be provided by the person heading the project.

17

Legal entities (Annex 3)

The legal entity form in Annex 3 must be completed in and should be accompanied by requested supporting documents. In the case of a grouping, this form must only be provided by the person heading the project.

GSA reserves the right, however, to request additional evidence in relation to the bid submitted for evaluation or verification purposes within a time-limit stipulated in its request.

III.2.2. Section Two: Technical proposalThis section is of great importance in the assessment of the bids, the award of the contract and the future execution of any resulting contract.

Some guidelines are given below, but attention is also drawn to the award criteria, which define those parts of the technical proposal to which the tenderers should pay particular attention. The technical proposal should address all matters laid down in the specifications. The level of detail of the tender will be extremely important for the evaluation of the tender.

Tenderers must present in their bids a proposal on the methodology and the organisation of the work to carry out in the framework of the study. In particular, the technical proposal shall include a set of detailed work-package descriptions that, in addition to the formal contract deliverables, shall identify the non-contractual outputs to be produced in the frame of the contract and will detail the interfaces to be established with external entities to perform the work required. The technical proposal shall include a detailed schedule. The technical proposal shall include a detailed allocation of task per partner. A detailed description of the deliverables shall also be presented.

The technical proposal shall include a detailed travel plan that covers both internal coordination meetings and attendance to external standardisation fora. This travel plan shall include a list of meetings, expected location, planned duration, planned attendance from the consortium, objective for attendance and estimated cost.

Tenderers shall describe as part of their technical proposal all prior experience relevant to perform the work requested.

The technical proposal shall include, for each task, a list of expected input material to be provided by GSA. This list of input material shall be limited to documents strictly required to perform the work and shall be duely justified.

Tenderers shall submit, as part of the technical proposal, CVs for key personnel involved in the different tasks.

Tenderers shall provide a detailed proposal of how each task would be carried out, and by whom, including the division of work among the different categories of staff on a man/days basis.

The technical proposal must provide all the information needed for the purpose of awarding the contract.

III.2.3. Section Three: Financial proposalAll tenders must contain a financial proposal, which shall include a separate financial proposal for each task to be performed, as described in point 1.4 above. The tenderer's attention is drawn to the following points:

18

Prices must be quoted in euros, including the countries which are not in the euro-area. As far as the tenderers of those countries are concerned, they cannot change the amount of the bid because of the evolution of the exchange rate. The tenderers choose the exchange rate and assume all risks or opportunities relating to the rate fluctuation.

Prices must be fixed amounts and include all expenses, such as travel expenses and daily allowances.

Prices should be quoted free of all duties, taxes and other charges, i.e. also free of VAT, as the Communities are exempt from such charges in the EU under Articles 3 and 4 of the Protocol on the Privileges and Immunities of the European Communities of 8 April 1965 (OJ L 152 of 13 July 1967). Exemption is granted to GSA by the governments of the Member States, either through refunds upon presentation of documentary evidence or by direct exemption. For those countries where national legislation provides an exemption by means of a reimbursement, the amount of VAT is to be shown separately. In case of doubt about the applicable VAT system, it is the tenderer's responsibility to contact his or her national authorities to clarify the way in which the European Community is exempt from VAT;

Prices shall be fixed and not subject to revision during the performance of the contract.

Bids must indicate the number of actual man-days needed to carry out the work sought under each task, split up per staff member involved

For each category of staff involved in the project, the tenderer must specify:

the total labour costs;

the daily rates

other categories of costs, indicating the nature of the cost, the total amount, the unit price and the quantity.

Bids involving more than one service provider (consortium) must specify the amounts indicated above for each provider.

19

IV. ASSESSMENT AND AWARD OF THE CONTRACT

The assessment will be based on each tenderer's bid.

All the information will be assessed in the light of the criteria set out in these specifications. The procedure for the award of the contract, which will concern only admissible bids, will be carried out in three successive stages.

The aim of each of these stages is:

1) to check on the basis of the exclusion criteria, whether tenderers can take part in the tendering procedure;

2) to check on the basis of the selection criteria, the technical and professional capacity and economic and financial capacity of each tenderer;

3) to assess on the basis of the award criteria each bid which has passed the exclusion and selection stages.

The contract will be awarded to the tenderer ranked best when the bids are evaluated.

IV.1. Exclusion criteria (exclusion of tenderers)

To be eligible for participating in this contract award procedure, tenderers must not be in any of the following exclusion grounds1:

(a) they are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations;

(b) they have been convicted of an offence concerning their professional conduct by a judgement which has the force of res judicata;

(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;

(d) they have not fulfilled obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority or those of the country where the contract is to be performed;

(e) they have been the subject of a judgement which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;

(f) following another procurement procedure or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations;

1 Article 93 of Council Regulation (EC, Euratom) No 1605/2002 of 25 June 2002 on the Financial Regulation applicable to the general budget of the European Communities (OJ L 248 of 16.9.2002)

20

IV.1.1. Evidence to be provided by the tenderers1. GSA shall accept, as satisfactory evidence that the tenderer is not in one of the situations

described in point (a), (b) or (e) above, the production of a recent extract from the judicial record or, failing that, a recent equivalent document issued by a judicial or administrative authority in the country of origin or provenance showing that those requirements are satisfied.

2. GSA accepts, as satisfactory evidence that the tenderer is not in the situation described in point (d) above, a recent certificate issued by the competent authority of the State concerned.

Where no such certificate is issued in the country concerned, it may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a notary or a qualified professional body in his country of origin or provenance.

The documents referred to in paragraph 1 and 2 shall relate to legal and/or natural persons including, if applicable with regard to points b) and e), company directors or any person with powers of representation, decision-making or control in relation to the tenderer.

IV.1.2. Other cases of exclusionContracts will not be awarded to tenderers who, during the procurement procedure:

a) are subject to a conflict of interest;

Tenderers must declare:

- that they do not have any conflict of interest in connection with the contract; a conflict of interest could arise in particular as a result of economic interests, political or national affinities, family or emotional ties, or any other relevant connection or shared interest;

- that they will inform the contracting authority, without delay, of any situation constituting a conflict of interest or which could give rise to a conflict of interest;

- that they have not made and will not make any offer of any type whatsoever from which an advantage can be derived under the contract;

- that they have not granted and will not grant, have not sought and will not seek, have not attempted and will not attempt to obtain, and have not accepted and will not accept, any advantage, financial or in kind, to or from any party whatsoever, constituting an illegal practice or involving corruption, either directly or indirectly, as an incentive or reward relating to the award of the contract.

GSA reserves the right to check the above information.

b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.

IV.1.3. DeclarationTenderers must fill in and sign the forms attached to the specifications (Annex 4).

Where the bid involves more than one service provider (consortium or grouping), each provider must fill in and return the form, as well as the evidence specified in pt IV.1.1.

21

Subcontractors (when the subcontracted part exceeds 20% of the contract) must only provide the form in Annex 4.

Bids submitted by subcontractors which have not provided the abovementioned documents may not be taken into consideration. GSA reserves the right, however, to request any document relating to the proposed tender for evaluation and verification purpose, within a delay fixed in its request.

IV.2. Administrative and financial penalties

1. Without prejudice to the application of penalties laid down in the contract, candidates or tenderers and contractors who have been guilty of making false declarations or have been found to have seriously failed to meet their contractual obligations in an earlier procedure will be excluded from all contracts and grants financed by the Community budget for a maximum of two years from the time when the infringement is established, as confirmed after an adversarial procedure with the contractor.

That period may be extended to three years in the event of a repeat offence within five years of the first infringement.

Tenderers or candidates who have been guilty of making false declarations will also incur financial penalties representing 2% to 10% of the total value of the grant being awarded.

Contractors who have been found to have seriously failed to meet their contractual obligations will incur financial penalties representing 2% to 10% of the value of the grant in question.

This rate may be increased to 4% to 20% in the event of a repeat offence within five years of the first infringement.

2. In the cases referred to in points IV.1, a), c), d), the candidates or tenderers will be excluded from all contracts and grants for a maximum of two years from the time when the infringement is established, as confirmed after an adversarial procedure with the contractor.

In the cases referred to in points IV.1, b) and e), the candidates or tenderers will be excluded from all contracts and grants for a minimum of one year and a maximum of four years from the date of notification of the judgment. Those periods may be extended to five years in the event of a repeat offence within five years of the first infringement or the first judgment.

3. The cases referred to in point IV.1, e) cover:

a) cases of fraud as referred to in Article 1 of the Convention on the protection of the European Communities' financial interests established by the Council Act of 26 July 1995 (OJ/C 316 of 27.11.1995, p. 48);

b) cases of corruption as referred to in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, established by the Council Act of 26 May 1997 (OJ/C 195 of 25.6.1997, p. 1);

c) cases of participation in a criminal organisation, as defined in Article 2(1) of Joint Action 98/733/JHA of the Council (OJ/L 315 of 29.12.1998, p. 1);

d) cases of money laundering as defined in Article 1 of Council Directive 91/308/EEC (OJ/L 166 of 28.6.1991, p.77).

IV.3. SELECTION CRITERIA (SELECTION OF TENDERERS)

To be eligible, the tenderers must have the economic and financial capacity as well as the technical and professional capacity to perform the tasks required in this call for tender.

22

IV.3.1. Economic and financial capacity – References required Tenderers must provide proof of their financial and economic capacity by means of the following documents: the balance sheets or extracts from balance sheets for the last three financial years, and a statement of overall turnover and turnover relating to the relevant services for the last three financial years.

This rule applies to all service providers, regardless of the percentage of tasks they intend to execute, once they have chosen to submit a tender. However, if the tender includes subcontractors whose tasks represent less than 20% of the contract, those subcontractors are not obliged to provide evidence of their economic and financial capacity.

IV.3.2. Technical and professional capacity – References required Tenderers must provide evidence of their technical and professional competence on the following points:

Deep knowledge of satellite navigation systems Experience in the different fields of application (aviation, maritime, mobile phones, rail and

road) Prior experience in standard development processes specific to each user community Access to the relevant regulatory and industrial standardisation fora Good knowledge of GNSS User receiver technology Good knowledge of local area differential systems At least 5 years of experience in configuration management using DOORS software tool

If several service providers/subcontractors are involved in the bid, each of them must have and show that they have the professional and technical capacity to perform the specific tasks assigned to them.

Tenderers should provide with their bid detailed curriculum vitae of each staff member responsible for carrying out the work, including his or her educational background, degrees and diplomas, professional experience, research work, publications and linguistic skills.

The CV's shall be presented, preferably, in accordance to GSA Recommendation on a common European format for curricula vitae, published in OJ L79 of 22 March 2002, p. 66.

IV.4. EVALUATION OF TENDERS – AWARD CRITERIA

The contract will be awarded according to the criteria given below, on the basis of the economically most advantageous tender.

Only bids that have reached a total score of a minimum of 70% and a minimum score of 60 % for each technical criterion will be taken into consideration for awarding the contract.

a) Technical evaluation criteria as weighted (70%)

23

N° Award Criteria Weighting

1

Understanding of the requirements and objectives and discussion of problem areas

- Quality of content of the technical proposal.Bidder analysis of the requirements.Understanding of the environment under which the study is conducted

.Understanding of the GSA's needs and preliminary analysis of solutions

.Critical review of the requirements

.Analysis of interface requirements between the different tasks

- Compliance to Statement of Work - Completeness- Relevance of proposed options

40

2

Quality and suitability of proposed work programme and adequacy of approach

- Quality of the Work Package Descriptions- Adequacy of the allocation of the tasks within the

team- Adequacy of the effort related to each activity- Confidence that the work programme is appropriate to

meet the requirements

30

3

Adequacy of management and planning for the execution of the work

- Adequacy of reporting scheme- Adequacy of management level of effort- Quality of proposed planning- Heritage and experience of the proposed team

30

Total number of points 100

b) Total price (30%)

Total number of points for price: X (Where X is the highest score for technical evaluation reached by an eligible offer).

Score for price for offer (a) will be then be computed as follows: X * lowest price among eligible offers / price of offer (a)

The contract will be awarded to the tenderer which offers the best quality price score as measured by the following formula:

70% * (Total number of points for technical evaluation) + 30% * (Total number of points for price)

24

IV.5. Information for tenderers

GSA will inform tenderers of decisions reached concerning the award of the contract, including the grounds for any decision not to award a contract or to recommence the procedure.

If a written request is received, GSA will inform all rejected tenderers of the reasons for their rejection and all tenderers submitting an admissible tender of the characteristics and relative advantages of the selected tender and the name of the successful tenderer.

However, certain information may be withheld where its release would impede law enforcement or otherwise be contrary to the public interest, or would prejudice the legitimate commercial interests of economic operators, public or private, or might prejudice fair competition between them.

IV.6. Annexes

1. Identification of the Tenderer

2. Financial Identification

3. Legal Entity Form

4. Declaration by the Tenderer (relating to the exclusion criteria)

5. Draft Contract

25

ANNEX 1

IDENTIFICATION OF THE TENDERER(Each service provider, including subcontractor(s) or any member of a consortium or grouping,

must complete and sign this identification form)

Call for tender GSA/OP/07/07

Identity

Name of the tenderer

Legal status of the tenderer

Date of registration

Country of registration

Registration number

VAT number

Description of statutory social security cover (at the level of the Member State of origin) and non-statutory cover (supplementary professional indemnity insurance)2

Address

Address of registered office of tenderer

Where appropriate, administrative address of tenderer for the purposes of this invitation to tender

Contact Person

Surname:First name:Title (e.g. Dr, Mr, Ms) :Position (e.g. manager):Telephone number:Fax number:E-mail address:

Legal Representatives

2 For natural persons

26

Names and function of legal representatives and of other representatives of the tenderer who are authorised to sign contracts with third parties

Declaration by an authorised representative of the organisation3

I, the undersigned, certify that the information given in this tender is correct and that the tender is valid.

Surname:First name:

Signature:

3 This person must be included in the list of legal representatives; otherwise the signature on the tender will be invalidated.

27

ANNEX 2 - Financial Form(to be completed by the tenderer)

The tenderer's attention is drawn to the fact that this document is a model and that a specific Financial Form for each Member State is available at the following Internet address: http://gsa.europa.eu/, under the "Call for tender" section

28

FINANCIAL IDENTIFICATION

ACCOUNT HOLDER

NAME

ADDRESS

TOWN/CITY POSTCODE

COUNTRY VAT NUMBER

CONTACT PERSON

TELEPHONE FAX

E - MAIL

BANK

BANK NAME

BRANCH ADDRESS

TOWN/CITY POSTCODE

COUNTRY

ACCOUNT NUMBER

IBAN (optional)

REMARKS :

BANK STAMP + SIGNATURE of BANK REPRESENTATIVE DATE + SIGNATURE of ACCOUNT HOLDER :(Both Obligatory) (Obligatory)

29

ANNEX 3 - Legal Entity Form(to be completed by the tenderer)

The tenderer's attention is drawn to the fact that this document is a model and that a specific Legal Entity Form for each Member State is available at the following Internet address: http://gsa.europa.eu/, under the "Call for tender" section

Please note that we can only accept either original documents or certified copies, which must be less than 6 months old.

In the case of a grouping, this form must only be provided by the person heading theproject.

30

ANNEX 4

DECLARATION BY THE TENDERER

Each service provider, including subcontractor(s) or any member of a consortium or grouping, must sign this identification form

1. In accordance with Article 93 of the Financial Regulation of the European Communities (Council Regulation 1605/2002 of 25.6.2002) published in Official Journal L 248 of 16 September 2002, I declare on my honour that I am not in any of the following situations which would exclude me from participating in this procurement procedure:

a) I am not bankrupt, being wound up or having my affairs administered by the courts, I have not entered into an arrangement with creditors, I have not suspended business activities, I am not the subject of proceedings concerning any such matters, and I am not in any similar situation arising from a similar procedure provided for in legislation or regulations;

b) I have not been convicted of an offence concerning my professional judgement by a judgment which has the force of res judicata;

c) I have not been found guilty of grave professional misconduct proven by any means which the contracting authority can justify;

d) I have not failed to fulfil obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which I am established or with those of the country or the contracting authority or those of the country where the contract is to be performed;

e) I have not been the subject of a judgment which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;

f) as a consequence of another procurement or grant procedure financed by the Community budget, I have not been declared to be in serious breach of contract for failure to comply with my contractual obligations,

2. In addition, the undersigned declares on his or her honour:

a) that on the date of submission of the tender, the company or organisation I do represent and the staff proposed for this tender are not subject to a conflict of interests in the context of this invitation to tender; I undertake to inform GSA without delay of any change to this situation after the date of submission of the tender.

b) that the information provided to GSA within the context of this invitation to tender is accurate, sincere and complete.

Done at ……………………………. on………………………………….Name ………………………………...Title ……………………………….Company……………………………..Signature:

31