Works - 98356-2014

Display compact view

25/03/2014    S59

Italy-Ispra: Construction and maintenance of roads, squares, sewerage and water systems, including ancillary works (underground, earth moving and building) at the JRC — Ispra site

2014/S 059-098356

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Joint Research Centre, Ispra Site Management
Postal address: via Enrico Fermi 2749
Town: Ispra VA
Postal code: 21027
Country: Italy
For the attention of: Valeria Staltari
E-mail: jrc-ism-c04-procurement@ec.europa.eu
Telephone: +39 0332789571
Fax: +39 0332789508

Internet address(es):

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=427

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Other: research.
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Construction and maintenance of roads, squares, sewerage and water systems, including ancillary works (underground, earth moving and building) at the JRC — Ispra site.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: JRC, via Enrico Fermi 2749, 21027 Ispra VA, ITALY.

NUTS code ITC41 Varese

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 4 500 000 EUR
II.1.5)Short description of the contract or purchase(s)
The work categories under this contract are:
— construction, maintenance, alteration, renovation and repair of roads, pavements, parking areas, squares and other ancillary works,
— construction, maintenance, alteration, renovation and repair of sewerage systems, waterways, tanks and other waterworks,
— demolition, excavation, filling in and landscaping of terrain,
— concrete and masonry works (mainly underground passageways, ducts for utilities access, retaining walls, foundations, etc.),
— building work and various ancillary works.
The contractor shall make available the manpower, resources and materials for the completion of these works, including, if required, the supply of materials and the possible hiring of specific machinery and equipment.
II.1.6)Common procurement vocabulary (CPV)

45233141 Road-maintenance works, 45110000 Building demolition and wrecking work and earthmoving work, 45232410 Sewerage work, 45233120 Road construction works, 45233222 Paving and asphalting works

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 4 500 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenders can be submitted by groupings of economic operators, without them having to adopt a particular legal form prior to the contract being awarded.
However, a grouping of economic operators must identify a sole representative who will also be responsible for the receipt and processing of payments for members of the grouping, for administrative management of the service, and for coordination and safety.
Said responsible party must be duly authorised to submit the tender on behalf of the other members of the grouping who must submit a corresponding signed declaration.
All grouping members shall be jointly and severally liable vis-à-vis the contracting authority and, if awarded the contract, will be required to sign it. For groupings, the documents in points III.2.1(a) and (b) must be provided by each grouping member; the document in point III.2.2(b) must be held by at least 1 grouping member; the document in point III.2.3(d) must be held by all grouping members. All the other criteria apply to the grouping as a whole in respect of its resources.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: an economic operator may, if necessary, make use of the capacities of other bodies irrespective of the legal nature of the relationship between both parties. In such an event, he must provide the contracting authority with proof that he will be able to have the resources needed to carry out the contract by producing a written commitment by said bodies to make such resources available. If an economic operator makes use of other bodies, in the event that the contract is awarded to him, the contracting authority requests that those bodies also sign the contract, thus becoming jointly and severally liable together with the main tenderer. Any bodies that the economic operator makes use of shall submit the documents required in the following points III.2.1(a) and III.2.1(b). In the event of subcontracting for the purposes of covering the minimum requirements, the contracting authority reserves the right to request that subcontractors comply with the relevant criteria in the following points III.2.2 and III.2.3.
Candidates should note that the activities of construction and maintenance work on roads and sewerage systems, as critical tasks, must be carried out by the tenderer.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (a) to be eligible to participate in this contract award procedure, tenderers, along with any economic operators they may make use of, must not be in any of the exclusion situations listed in Articles 106 and 107 of Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 (OJ L 298 of 26.10.2012) and, in the event of being awarded the contract, must also provide the documents stipulated in Article 143(1) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012 (OJ L 362, p. 1).
To ensure application of the aforementioned regulations, the tenderer must submit a solemn declaration proving that he is not in any of the situations listed in Articles 106 and 107 of the Financial Regulation (tender documents: Annex B to the letter of invitation to tender). Should a contract be awarded, the contractor, along with any economic operators he may make use of, will need to provide the supporting documents mentioned in Article 143(3) of said regulation.
(b) The candidate must submit a copy of the certificate of enrolment with the Chamber of Commerce to the effect that he has been able to carry out the activity under this procurement procedure since 1.1.2010.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: participants in this procedure must submit the following documents, on pain of exclusion:
(a) copy of balance sheets for 2010, 2011, 2012;
(b) at least 1 bank statement, issued after 1.2.2014, confirming that the tenderer is in a sound financial situation.
Minimum level(s) of standards possibly required: with regard to point:
(a) to be eligible, candidates must have an average annual turnover of at least 1 500 000 EUR in 2010, 2011, 2012.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) list of the main works invoiced in 2011–2012–2013 (stating the following information, as a minimum: date of the performance of the works/services, client, amount invoiced, invoice reference) accompanied by copies of the related invoices. If the references in the invoices do not clearly specify the type and extent of the works carried out, suitable explanatory documentation must be provided (e.g. statement from the management of the works or the client).
(b) Copy of the company's organisation chart, updated on 1.2.2014, specifying the appointed representative, the responsibilities and role/qualifications of each employee. The tenderer must also provide documentation proving that he has the required professional staff (e.g. copy of the 'Libro unico del lavoro' (single employment ledger), works contracts, Unilav models, etc.).
(c) Proof that the tenderer has 1 member of professional staff with suitable training and experience in order to effectively perform the role of the contractor's reporting technician, in the event of contract award (organisation and operational coordination activities of the sites, technical and administrative cash-flow estimates, meeting with the client's supervisors, etc.), via submission of said person's academic and professional CVs, along with:
— appropriate document attesting to the availability of the professional member of staff (e.g. copy of the work contract, Unilav, declaration of commitment, etc.),
— copy of qualifications,
— copy of documentation as proof of the declared professional experience (e.g. statement from the employer, clients, etc., with details of the tasks carried out, functions performed, duration, level of responsibility, etc.),
— declaration of a commitment to make the identified professional member of staff the contractor's reporting technician, in the event of contract award.
(d) Copy of a valid certificate proving that the candidate operates in accordance with a quality management system in compliance with the ISO 9001 standard, issued by an Accredia/Sincert conformity assessment body, or another body which has signed the mutual recognition agreements for the activities referred to in this contract.
Minimum level(s) of standards possibly required:
with regard to point:
(a) the following minimum turnovers, for the 3 years, are required:
— 1 000 000 EUR for construction and maintenance works for roads (excluding motorway works, snow clearing services, de-icing treatments), squares, pedestrian and cycle paths,
— 1 000 000 EUR for construction and maintenance works for sewerage systems.
(b) There must be at least 10 permanent skilled workers/specialists with at least 3 years' working experience, including:
— 8 in construction and maintenance of roads, squares and/or sewerage systems,
— 2 in the building sector.
(c) There must be 1 professional member of staff able to effectively perform the role of the contractor's reporting technician with 5 years of secondary education in the technical/scientific field and at least 8 years' experience of the activities required under this invitation to tender (organisation and operational coordination activities, worksite activities for the definition and implementation of building solutions, technical and administrative cash-flow estimates).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
JRC/IPR/2014/C04/0009/OC.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
7.5.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 13.5.2014 - 15:00

Place:

JRC, via Fermi 2147, Building 1, Room 7, Ispra VA, ITALY.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative per tenderer.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

1. The tender documents and any questions and answers related to this contract notice will be made available at the following web address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=427 and can be downloaded by clicking on the title 'Libreria di documenti'.

If they wish, interested parties may register via the website indicated above. This will enable them to be informed by the e-tendering system when an update concerning this invitation to tender is made available. Parties that have not registered are invited to consult the site regularly, as it is the tenderer's responsibility to check for any updates added during the tender period.

2. https://etendering.ted.europa.eu/cft/cft-display.html?cftId=427 will be the only source of any requests for additional information, which can only be addressed by clicking on the title 'Domande&Risposte' ask a question.

3. In accordance with Article 134(1)(f) of Regulation (EU) No 966/2012, the Commission reserves the right to enter into a negotiated procedure with the successful economic operator for this contract for the performance of works similar to those in this notice.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 433766

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: within 2 months of the petitioner being notified or, failing this, of the day on which it became known to them.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.3.2014