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.D — Sustainable Resources (Ispra), JRC.D.5 — Food Security
Postal address: Via Enrico Fermi 2749
Town: Ispra (VA)
NUTS code:
ITC41 VaresePostal code: I-21027
Country: Italy
E-mail:
jrc-ispra-dir-d-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:
COPERNICUS Support to Group on Earth Observations Global Agricultural Monitoring (GEOGLAM)
Reference number: JRC/IPR/2020/OP/0303
II.1.2)Main CPV code77100000 Agricultural services
II.1.3)Type of contractServices
II.1.4)Short description:
The framework contract seeks to put in place the Copernicus support to GEOGLAM (Group on Earth Observations Global Agricultural Monitoring — http://earthobservations.org/geoglam.php). The main objective is to strengthen national and sub-national level agricultural monitoring systems in GEOGLAM partner countries, by making available crop monitoring baseline products based on Sentinel data and complementary to the existing global Copernicus land service products.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)77100000 Agricultural services
73000000 Research and development services and related consultancy services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
Contractor premises and Africa.
II.2.4)Description of the procurement:
Copernicus support to Group on Earth Observations Global Agricultural Monitoring (GEOGLAM).
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: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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).
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: 08/04/2020
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: 15/04/2020
Local time: 11:30
Place:
Via Enrico Fermi 2749,I-21027 Ispra (VA), IT — Room 12B.
Information about authorised persons and opening procedure:
See internet address provided in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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:24/02/2020