Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Joint Research Centre, Institute for Health and Consumer Protection
Postal address: TP 582, via Enrico Fermi 2749
Town: Ispra VA
Postal code: 21027
Country: Italy
For the attention of: Mrs Stefania Toriello
E-mail: jrc-ihcp-procurement@ec.europa.eu
Fax: +39 0332789434
Internet address(es):
General address of the contracting authority: http://web.jrc.ec.europa.eu/callsfortender
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=447
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 authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Research.
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Supply of a high throughput multi-probe sonicator for compound solubilisation and resuspending.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Systems Toxicology Unit as part of IHCP is launching a call for tender for the purchase of a high throughput multi-probe sonicator for compound solubilisation and resuspending in liquid media. The sonicator will be integrated into the existing robotic platform Hamilton of the high throughput screening facility, and will also have the possibility to serve as a standalone device. The sonicator shall allow the parallel direct sonication in all wells of standard 96 and 384 (or custom formatted) well-plates.
II.1.6)Common procurement vocabulary (CPV)38436600 Immersion homogenisers
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The budget is estimated at 80 000 EUR all inclusive, (i.e. supply, installation, training, 2 year warranty).
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 28 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to tender documents.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Tenderers will not be eligible to take part in this contract award procedure if they are in any of the exclusion situations listed in Articles 106 and 107 of Council Regulation (EU, Euratom) No 966/2012 of 25.10.2012 (OJ L 298 of 26.10.2012). In the case of groupings of contractors, the information required must be supplied by all members of the grouping including subcontractors with an estimated individual budget share of more than 20 %.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The tenderer shall provide:
a) a statement of the overall turnover and turnover concerning the supplies and related services covered by the contract during the last 3 financial years.
In the case of groupings of contractors, the documents required must be provided by every member of the grouping.
Minimum level(s) of standards possibly required: A minimum average annual turnover for each of the last 3 financial years greater than 160 000 EUR. In the case of groupings of contractors, this criterion will be assessed in relation to the combined capacities of all members of the grouping.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
(a) a list of similar supplies delivered in the past 3 years, with a brief description, the sums, dates, recipients public or private.
In the case of groupings of contractors, the documents required must be provided by every member of the grouping.
Minimum level(s) of standards possibly required:
At least 3 similar supplies during the past 3 years. In the case of groupings of contractors, this criterion will be assessed in relation to the combined capacities of all members of the grouping.
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 procedureOpen
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 criteriaLowest price
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
JRC/IPR/2014/I.5/0002/OC.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 19.5.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.5.2014
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 26.5.2014 - 10:00
Place:
JRC Ispra, external building, room 7, via Enrico Fermi 2749, 21027 Ispra VA, ITALY.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Max. 1 authorised representative per tenderer can attend the opening. The request must be sent to the contact point before 16.5.2014, together with a copy of the identity card/passport.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
The tender documents and any questions and answers related to the present call for tenders will be made available from the following website address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=447
If they wish so, interested parties may register via the above referred website. This will allow them to be informed from the e-tendering system when an update with regard to the present call for tenders is made available. Non-registered parties are invited to consult the website regularly. The Commission will not be liable if tenderers do not take notice of additional information published on the website with regard to the present call for tenders.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: same as VI.4.1 above.
VI.5)Date of dispatch of this notice:27.3.2014