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.R (Support Services), JRC.R.I.3 (Logistics)
Postal address: Via Enrico Fermi 2749
Town: Ispra
NUTS code:
ITC41 VaresePostal code: 21027
Country: Italy
E-mail:
jrc-r3nisp-procurement@ec.europa.euInternet address(es): Main address:
https://ec.europa.eu/jrc/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to 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:
Provision of removal services for offices, laboratories and other equipment at the Joint Research Centre – Ispra site – Italy
Reference number: JRC/IPR/2019/OP/0168
II.1.2)Main CPV code98392000 Relocation services
II.1.3)Type of contractServices
II.1.4)Short description:
The Joint Research Centre (JRC) – Ispra site – covers an area of 166 hectares, and comprises of approximately 210 buildings. The particular activities performed at the JRC require continual adaptation of its facilities and organisation, entailing the frequent movement of persons and property within the site. This contract involves removal services (including any dismantling and reassembly) for offices, laboratories and small workshops.
II.1.5)Estimated total valueValue excluding VAT: 900 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)98392000 Relocation services
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
Via Enrico Fermi 2749, 21027 Ispra (VA), ITALY.
II.2.4)Description of the procurement:
Provision of removal services for offices, laboratories and other equipment at the Joint Research Centre – Ispra site – Italy.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 900 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The contract is renewed automatically 1 time, for 24 (twenty four) months.
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:
Please refer to the internet address in point I.3).
II.2.14)Additional information
Please refer to the internet address in point 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:
Please refer to the internet address in point 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:
Please refer to the internet address in point 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/04/2019
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:English, Bulgarian, Czech, Danish, German, Greek, 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: 18/04/2019
Local time: 11:00
Place:
Via Enrico Fermi 2749, 21027 Ispra (VA), ITALY, edificio 101, sala riunioni n. 1003.
Information about authorised persons and opening procedure:
Please refer to the internet address in point I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
Please refer to the internet address in point I.3).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please refer to the internet address in point I.3).
VI.5)Date of dispatch of this notice:21/02/2019