Works - 231322-2015

Display compact view

04/07/2015    S127

Italy-Ispra: Asbestos decontamination works for the Joint Research Centre, Ispra site

2015/S 127-231322

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
Postal address: via E. Fermi 2749
Town: Ispra VA
Postal code: 21027
Country: Italy
For the attention of: Roberta Rossi
E-mail: jrc-ism-c04-procurement@ec.europa.eu
Telephone: +39 0332789662
Fax: +39 0332789508

Internet address(es):

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=940

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
General public services
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:
Asbestos decontamination works for the Joint Research Centre, 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: Joint Research Centre, via E. 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: 2 400 000 EUR
II.1.5)Short description of the contract or purchase(s)
This contract mainly involves:
— planning and carrying out removal, decontamination and disposal of asbestos-containing cladding, on piping and/or valves, flanges and district heating and cooling fittings,
— planning and carrying out removal and disposal of coverings and panelling made of asbestos cement sheeting or containing asbestos,
— demolition, decontamination and disposal of asbestos-containing cladding,
— planning and carrying out removal and disposal of vinyl flooring,
— restoration of degraded asbestos-containing insulating materials, including repairing damaged areas and making them safe where necessary,
— carrying out environmental and material analyses,
— decontamination of soil containing traces of asbestos.
II.1.6)Common procurement vocabulary (CPV)

45262660 Asbestos-removal work

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
2 400 000 EUR (excluding VAT).
Estimated value excluding VAT: 2 400 000 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

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:
Economic operators may submit a tender as an individual or a member of a temporary grouping of companies (with or without a legal personality). Subcontracting is permitted in both cases. The tenderer must clearly state the role of each economic operator — an individual tenderer, a grouping member or a subcontractor. This also applies if the economic operators involved belong to said group/consortium/association.
All grouping members shall be jointly and severally liable vis-à-vis the contracting authority for contract performance and, if awarded the contract, will be required to sign it. The grouping must identify a sole representative with the authority to represent both the grouping and each of its members during contract performance. Said representative shall also be responsible for the administrative management of the contract (receipt and processing of payments for the grouping, coordination for quality, environment and safety, etc.) on behalf of all other members.
Subcontracting is when the contractor has legal commitments with other economic operators that will perform a proportion of the activities under the contract in his name. However, the contractor retains full liability vis-à-vis the contracting authority for contract performance. Staff members identified as legal entities other than the contractor are considered as subcontractors, irrespective of relevant national legislation.
The tenderer must also identify all subcontractors whose capacities may be relied on in order meet the minimum level(s) of standards in points III.2.2 and III.2.3.
Each subcontractor must provide a letter of intent stating their willingness to participate in performance of the contract, as specified in the tender. During contract performance, any change of subcontractor shall be subject to the contracting authority's prior written approval.
The tenderer, either an individual or in a temporary grouping of companies, may also rely on the capacities of other economic entities in order to meet the minimum level(s) of standards required in points III.2.2 and III.2.3, regardless of the legal nature of the links he has with these entities. In that case, the tenderer must provide the contracting authority with evidence that he shall have the necessary resources to carry out the contract, for example, by providing a declaration of commitment from the entity on which he relies. If the tenderer relies on the capacities of a third party with a corporate name different to that of the tenderer, either an individual or in a temporary grouping of companies, this shall be considered as subcontracting for the purposes of this procedure, even though the tenderer and the third party form part of the group/consortium/association. Should the contract be awarded to a tenderer who relies on a third party to provide more than 70 % of the economic and financial capacities listed in point III.2.2, the contracting authority shall ask the third party to sign the contract, thereby becoming jointly and severally liable together with the tenderer for performance thereof.
The role and duties of each member of the temporary grouping of companies and each subcontractor identified for the purposes of this procedure must be clearly stated in the tender. The accompanying letter must state the name of the tenderer (including all members in the case of a temporary grouping of companies) and subcontractor(s), including third parties whose capacities the tenderer may rely on, as well as the name and references of a contact person for this procedure. In the case of a temporary grouping of companies, the accompanying letter must be signed by each member, or by 1 of them on the condition that said member is duly authorised to sign the tender and the contract in the name and on behalf of the other members. In this case, the authorisation may, for example, be in the form of a proxy, letter of intent or the memorandum of association of the temporary grouping of companies.
Tenderers (all members in the case of a temporary grouping of companies) must also submit a copy of the notice of nomination of the person authorised to represent the tenderer vis-à-vis third parties and during legal proceedings, or a copy of the publication of said nomination, if applicable legislation so requires. Any delegation of this authorisation to another representative not stated in the official nomination must be justified.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: 1) to be eligible to participate in this procurement procedure, tenderers must not be in 1 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. Tenderers (including all members of a temporary grouping of companies) and any subcontractors identified in accordance with point III.1.3 must sign the declaration on honour (available from the contracting authority's website given in point I.1, stating that they are not in any of the situations listed therein. At the contracting authority's request, the successful tenderer (including all members of the temporary grouping of companies) and all subcontractors identified by the tenderer in accordance with point III.1.3 must provide the supporting documents listed in Article 143(3) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012.
The contracting authority may exempt the tenderer from providing the supporting documents if they have already be submitted as part of a previous procedure, and provided that the documents in question are less than 1 year old prior to the date of the award notification and still valid. In that case, the tenderer shall declare on his honour that the supporting documents have already been submitted as part of previous procurement procedures and confirm that his situation has not changed.
2) Tenderers (all members in the case of a temporary grouping of companies) must demonstrate that they have sufficient capacity to carry out the contract by providing the certificate of enrolment on the trade or professional register in accordance with relevant national law.
If the tenderer is neither required nor authorised to be registered in said register for legal reasons connected with his status or his legal form, the contracting authority may accept, as sufficient proof: a sworn or certified declaration; membership of a specific organisation; express authorisation or enrolment on the VAT register.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: tenderers must have the sufficient economic and financial capacities to carry out the contract.
Proof of these capacities must be provided by each tenderer (each member in the case of a temporary grouping of companies) and each subcontractor whose capacities the tenderer may rely on in order to meet the minimum level(s) of standards, by submitting:
(a) statement as to overall turnover for 2012–2013–2014. If the final balance sheet for 2014 has not yet been approved, the statement referring to the provisional one shall be accepted. Should the contract be awarded, the contracting authority shall request, prior to contract signature, confirmation of the turnover according to the approved balance sheet.
The contracting authority reserves to right to request a copy of the relevant balance sheets in electronic form.
Minimum level(s) of standards possibly required: with regard to point (a): to be eligible, companies must have an average annual turnover of at least 1 000 000 EUR. This minimum value is assessed by including the capacities of all members (in the case of a temporary grouping of companies) and all subcontractors.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
tenderers must meet the following technical criteria.
For temporary groupings of companies or subcontractors, the documentation required must be provided by all grouping members/subcontractors whose capacities the tenderer may rely on in order to meet the minimum level(s) of standards required, except if stated otherwise;
(b) list of the main works similar to those figuring in this contract carried out over the past 3 financial years (2012–2014) with details of the values, the dates or periods when they were carried out, and the names of the recipients;
(c) proof of having a quality management system for the activities figuring in this contract (ISO 9001:2008 or equivalent and ISO 14001:2004 or equivalent certificate issued by a SINCERT (or equivalent) accredited certification body to be provided) and relevant to the activities described in point II.1.5. The criterion relating to the possession of the ISO 14001:2004 certificate must be met by at least 1 member of the grouping, providing said member undertakes explicitly and in writing to ensure that his quality standards, demonstrated by the relevant certificates, also apply to the other members of the grouping. He must explain how he shall ensure that the group as a whole satisfies these quality standards;
(d) entry on the Waste Management Register category 10B class E (for decontamination works up to 200 000 EUR) or as laid down in the tenderer's own national legislation.
Minimum level(s) of standards possibly required:
concerning point (b), to be eligible, companies must have carried out works similar to those figuring in this contract for a total sum of at least 600 000 EUR. The criterion in point III.2.3(b) applies to the grouping as a whole in respect of its resources.
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 2015 C.4 0020 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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.8.2015
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: 28.8.2015 - 11:00

Place:

Joint Research Centre, Building 1, Room 7, via Fermi 2147, 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 in accordance with the procedure given in the tender documents.

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. A briefing followed by a possible site visit will be held at the Ispra JRC on the day given in the tender documents (letter of invitation). To participate, a formal request must be submitted to the department indicated in point I.1 in accordance with the procedure given in said letter of invitation.

2. 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=940 and can be downloaded by clicking on the tab 'Document Library'.

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.

3. Requests for additional information can only be made at https://etendering.ted.europa.eu/cft/cft-display.html?cftId=940 by clicking on the tab 'Questions & answers' (ask a question).

4. In accordance with Article 134(1)(f) of Commission Delegated Regulation (EU) No 1268/2012, the Commission reserves the right to use a negotiated procedure, without publication of a contract notice, within 3 years following conclusion of the contract, with the successful economic operator for this contract for the provision of services similar to those in this notice (up to 50 % of the original contract value).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: any observations regarding the award of this procedure may be sent to the authority stated in point I.1.

If you believe there has been maladministration, you may lodge a complaint with the European Ombudsman within 2 years of the date when you became aware of the facts in connection therewith (see http://www.ombudsman.europa.eu). Said complaint neither suspends the deadline for lodging an appeal nor creates a new deadline for appeals.

Appeals may be lodged with the body stated under point VI.4.1 within 2 months of the award decision being notified.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.5)Date of dispatch of this notice:
24.6.2015