Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial 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 VaresePostal code: I-21027
Country: Italy
E-mail:
jrc-ispra-dir-e-procurement@ec.europa.euInternet address(es): Main address:
https://ec.europa.eu/jrc/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Service Contract for the Collection of Meteorological and Hydrological Observed Data in Support to the Copernicus Emergency Management Service (EMS)
Reference number: JRC/IPR/2020/OP/3192
II.1.2)Main CPV code71351612 Hydrometeorology services
II.1.3)Type of contractServices
II.1.4)Short description:
To provide the early warning systems of the Copernicus Emergency Management Service (EMS) with the necessary hydro-meteorological observations to ensure their operation.
II.1.5)Estimated total valueValue excluding VAT: 7 850 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Lot 1: Meteorological Data Collection Centre
Lot No: 1
II.2.2)Additional CPV code(s)71351612 Hydrometeorology services
71351610 Meteorology services
72312100 Data preparation services
72316000 Data analysis services
72320000 Database services
II.2.3)Place of performanceNUTS 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:
Collection of meteorological observed data in support to the Copernicus Emergency Management Service (EMS).The meteorological data collection service shall:
(i) cover the operation of a reliable 24/7 data collection, storage and distribution system for real time and historical meteorological data, including:
(ii) data quality and quantity checks;
(iii) data post-processing;
(iv) management of the data providers as well as:
(v) studies and reporting related to the collected data.
Primary variables to be collected include but are not limited to precipitation, temperature, wind speed and direction and variables needed to estimate evapotranspiration. Both the collection of in situ and gridded data are part of this tender.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 4 550 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
See internet address provided in section I.3).
II.2.14)Additional information
See internet address provided in section I.3).
II.2)Description
II.2.1)Title:
Lot 2: Hydrological Data Collection Centre
Lot No: 2
II.2.2)Additional CPV code(s)71351612 Hydrometeorology services
71351610 Meteorology services
72312100 Data preparation services
72316000 Data analysis services
72320000 Database services
II.2.3)Place of performanceNUTS 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:
Collection of hydrological observed data in support to the Copernicus Emergency Management Service (EMS). The hydrological data collection service shall:
(i) cover the operation of a reliable 24/7 data collection, storage and distribution system for real time data and historical hydrological data, including:
(ii) data quality and quantity checks;
(iii) data post-processing;
(iv) management of the data providers as well as:
(v) analysis studies and reporting related to the collected data.
Primary variables to be collected are discharge, water level, critical flooding thresholds and reservoir data as well as the associated metadata.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 3 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
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 registersList and brief description of conditions:
See internet address provided in section I.3).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See internet address provided in section I.3).
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
See internet address provided in section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise 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