Services - 48763-2021

01/02/2021    S21

Italy-Ispra: FWC for Operating the CEMS ‘Hydrological Forecast Centre — Analytics and Dissemination’ in Support to the Copernicus Emergency Management Service (CEMS)/Early Warning Systems (EWS)

2021/S 021-048763

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, JRC — Joint Research Centre, JRC.E — Space, Security and Migration (Ispra), JRC.E.1 — Disaster Risk Management
Postal address: Via Enrico Fermi 2749
Town: Ispra (VA)
NUTS code: ITC41 Varese
Postal code: I-21027
Country: Italy
E-mail: jrc-ispra-dir-e-procurement@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/jrc/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7600
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7600
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

FWC for Operating the CEMS ‘Hydrological Forecast Centre — Analytics and Dissemination’ in Support to the Copernicus Emergency Management Service (CEMS)/Early Warning Systems (EWS)

Reference number: JRC/IPR/2020/OP/3195
II.1.2)Main CPV code
71351612 Hydrometeorology services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of this framework contract is to operate the CEMS ‘Hydrological Forecast Centre — Analytics and Dissemination’ (DISS) service in support to the flood early warning and monitoring component of the Copernicus EMS.

II.1.5)Estimated total value
Value excluding VAT: 3 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71351612 Hydrometeorology services
72212460 Analytical, scientific, mathematical or forecasting software development services
72316000 Data analysis services
79951000 Seminar organisation services
80510000 Specialist training services
II.2.3)Place of performance
NUTS code: ITC41 Varese
Main site or place of performance:

Via Enrico Fermi 2749,I-21027 Ispra (VA), ITALIA.

II.2.4)Description of the procurement:

The objective of this framework contract is to operate the CEMS ‘Hydrological Forecast Centre — Analytics and Dissemination’ (DISS) service in support to the flood early warning and monitoring component of the Copernicus EMS.

The role of DISS is to:

(i) summarise and disseminate on a daily basis the hydrological situation in Europe and globally with regard to ongoing and forecasted flood events;

(ii) manage the European and Global Flood Awareness System (EFAS and GloFAS) partner and user networks and provide user support via the organisation of EFAS and GloFAS end-user meetings and training;

(iii) test and provide feedback on new developments of EFAS and GloFAS; and

(iv) host the communication platform for the CEMS flood early warning and monitoring service providers and the JRC, so that information can be exchanged easily.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 3 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:

See internet address provided in section I.3).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

See internet address provided in section I.3).

II.2.14)Additional information

See internet address provided in section I.3).

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See internet address provided in section I.3).

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See internet address provided in section I.3).

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 248-615865
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/03/2021
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 10/03/2021
Local time: 10:00
Place:

See the invitation letter in the procurement documents available under the internet address in section I.3).

Information about authorised persons and opening procedure:

See the invitation letter in the procurement documents available under the internet address in section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

See internet address provided in section I.3).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in section I.3).

VI.5)Date of dispatch of this notice:
25/01/2021