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 Operating the CEMS ‘Hydrological Forecast Centre-Computation’ in Support to the Copernicus Emergency Management Service (CEMS) Early Warning Systems (EWS)
Reference number: JRC/IPR/2021/OP/0006
II.1.2)Main CPV code72212460 Analytical, scientific, mathematical or forecasting software development services
II.1.3)Type of contractServices
II.1.4)Short description:
Operation of the ‘Hydrological Forecast Centre — Computation’ (COMP) in support to the Copernicus Emergency Management Service (CEMS) Early Warning Systems (EWS).
II.1.5)Estimated total valueValue excluding VAT: 12 600 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72212460 Analytical, scientific, mathematical or forecasting software development services
48460000 Analytical, scientific, mathematical or forecasting software package
48627000 Real-time operating system software package
71351612 Hydrometeorology services
71351920 Oceanography and hydrology services
72242000 Design-modelling services
72312100 Data preparation services
72316000 Data analysis services
73300000 Design and execution of research and development
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
Via Enrico Fermi 2749, I-21027 Ispra (VA), IT.
II.2.4)Description of the procurement:
The objective of this framework contract is to operate the Copernicus Emergency Management Service (CEMS) ‘Hydrological Forecast Centre — Computation’ (COMP) service in support to the flood early warning and monitoring component of CEMS which is composed of the European and Global Flood Awareness Systems (EFAS and GloFAS). This includes the production of timely, high-quality pan-European and global probabilistic flood forecasts based on multiple numerical weather prediction inputs from different weather services and models and the sharing of the results through the EFAS and GloFAS websites and related web and data services with end users. The work includes the regular assessment of the flood forecast performance through a variety of robust skill score calculations and the evolution of the EFAS and GloFAS products and service.
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: 12 600 000.00 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 the FWC in the procurement documents available under the internet address 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 the procurement documents available under the internet address 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: 19/03/2021
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: 23/03/2021
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:08/02/2021