Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Joint Research Centre (JRC), Institute for Reference Materials and Measurements
Postal address: Retieseweg 111
Town: Geel
Postal code: 2440
Country: Belgium
Contact person: Connie Biesmans
For the attention of: Finance and Procurement
E-mail: jrc-irmm-procurement@ec.europa.eu
Fax: +32 14584273
Internet address(es):
General address of the contracting authority: http://web.jrc.ec.europa.eu
Electronic access to information: http://web.jrc.ec.europa.eu/callsfortender/
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 activityGeneral public services
Other: 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:
Lease of security detection equipment, divided into 6 lots.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Lease
Main site or location of works, place of delivery or of performance: European Commission, Joint Research Centre, Institute for Reference Materials and Measurements, Retieseweg 111, 2440 Geel, BELGIUM.
NUTS code
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 agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 3
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: 2 050 000 EUR
II.1.5)Short description of the contract or purchase(s)
The JRC-IRMM security activities are focused on 3 areas:
i) aviation security;
ii) detection of explosives; and
iii) detection of CB threats.
The JRC-IRMM has built up a laboratory for research on detection of explosives and aviation security detection equipment, in order to enhance the Commission's ability to be actively engaged in the development of technology policies.
It is the intention of the JRC-IRMM to set up a framework contract to work with up-to-date detection equipment on a lease basis, thereby delivering support to policy-making based on current and representative technologies.
The call is divided into 6 lots of equipment.
II.1.6)Common procurement vocabulary (CPV)38546000 Explosives detection system, 35000000 Security, fire-fighting, police and defence equipment, 35121000 Security equipment
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:Estimated value excluding VAT: 2 050 000 EUR
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 completion
Information about lots
Lot No: 1 Lot title: Equipment for the detection of traces of explosives or chemical threat agents, typically intended for first responders or aviation security applications1)Short description
Equipment for the detection of traces of explosives or chemical threat agents, typically intended for first responders or aviation security applications. Examples are the following categories.
— equipment based on the sampling of surface contamination (e.g. AVSEC ETD),
— equipment based on aerosol sampling,
— equipment based on vapour sampling.
2)Common procurement vocabulary (CPV)38546000 Explosives detection system, 35000000 Security, fire-fighting, police and defence equipment, 35121000 Security equipment
3)Quantity or scopeEstimated value excluding VAT: 100 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Equipment for the screening of persons for the detection of any or a combination of at least the following: firearms, sharp objects, explosive substances, improvised explosive devices (IEDs)1)Short description
Equipment for the screening of persons for the detection of at least the following: firearms, sharp objects, explosive substances, improvised explosive devices (IEDs). Examples are the following categories:
— walk-through metal detectors (e.g. AVSEC WTMD),
— portals for the detection of trace amounts of explosives (e.g. AVSEC ETD portals),
— portals for the detection of body-worn anomalies, providing automatic threat recognition (e.g. AVSEC security scanners (SSc)),
— shoe metal detection equipment (e.g. AVSEC SMD).
2)Common procurement vocabulary (CPV)38546000 Explosives detection system, 35000000 Security, fire-fighting, police and defence equipment, 35121000 Security equipment
3)Quantity or scopeEstimated value excluding VAT: 300 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Equipment for the screening of objects up to a certain maximum size (typically consignments and airline passenger cabin baggage), for the detection of firearms, stunning devices, sharp objects, workmen's tools, and explosive substances or improvised explosive devices (IEDs)1)Short description
Equipment for the screening of objects up to a certain maximum size (typically consignments and airline passenger cabin baggage), for the detection of any or a combination of at least the following: firearms, sharp objects, explosive substances, improvised explosive devices (IEDs). Examples are the following categories:
— equipment for the screening of cabin baggage, providing an image to a human screener (e.g. AVSEC CBS),
— equipment for the screening of cabin baggage, providing the automatic detection of explosives (e.g. AVSEC EDS-C),
— equipment for the screening of liquids, aerosols and gels (AVSEC LAGs) providing the automatic detection of liquid explosives.
2)Common procurement vocabulary (CPV)38546000 Explosives detection system, 35000000 Security, fire-fighting, police and defence equipment, 35121000 Security equipment
3)Quantity or scopeEstimated value excluding VAT: 1 000 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Equipment for the screening of objects intended for AVSEC hold luggage inspection applications, providing the automatic detection of at least explosive substances and devices (AVSEC EDS)1)Short description
Equipment for the screening of objects intended for AVSEC hold luggage inspection applications, providing the automatic detection of at least explosive substances and devices (AVSEC EDS).
2)Common procurement vocabulary (CPV)38546000 Explosives detection system, 35000000 Security, fire-fighting, police and defence equipment, 35121000 Security equipment
3)Quantity or scopeEstimated value excluding VAT: 500 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Equipment for the screening of objects larger than airline passenger's hold luggage, intended for AVSEC cargo inspection applications, providing the automatic detection of at least explosive substances and devices and/or an image to a human screener1)Short description
Equipment for the screening of objects larger than airline passenger's hold luggage, intended for AVSEC cargo inspection applications, providing the automatic detection of at least explosive substances and devices and/or an image to a human screener.
2)Common procurement vocabulary (CPV)38546000 Explosives detection system, 35000000 Security, fire-fighting, police and defence equipment, 35121000 Security equipment
3)Quantity or scopeEstimated value excluding VAT: 100 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Equipment for the detection of traces of biological threat agents, typically intended for first responders or security applications1)Short description
Equipment for the detection of traces of biological threat agents, typically intended for first responders or security applications.
2)Common procurement vocabulary (CPV)38546000 Explosives detection system, 35000000 Security, fire-fighting, police and defence equipment, 35121000 Security equipment
3)Quantity or scopeEstimated value excluding VAT: 50 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please refer to tender documents.
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:
Economic operators can submit a tender either as a sole tenderer or as partners in a consortium (with or without legal personality). In either case subcontracting is permitted.
The tenderer must clearly specify the role of each economic operator — as a sole tenderer, a partner in a consortium or subcontractor. This also applies where the entities involved belong to the same economic group.
Each partner in a consortium assumes joint and several liability towards the contracting authority for implementation of the contract and will become a party to the contract if the consortium's tender is successful. The consortium shall nominate 1 legal entity (‘the leader’) who will have full authority to bind the consortium and each of its members during contract execution and will be responsible for the administrative management of the contract (invoicing, receiving payments, etc.) on behalf of all other partners.
Subcontracting is the situation where the contractor enters into legal commitments with other legal entities which will perform part of the contract on its behalf. The contractor retains full liability towards the contracting authority for implementation of the contract. Freelancing, drawing on the activities or staff of any other entirely different legal entity than the contractor, qualifies as subcontracting, independently of the applicable national law.
Tenderers must give an indication of the proportion of the contract that they intend to subcontract. They must also identify all subcontractors:
— on whose capacities they rely to meet the minimum capacity levels under headings III.2.2 and III.2.3,
— whose individual share of the contract is above 20 %, or
— all subcontractors when the total subcontracted amount is above 60 % of the total contract value.
Subcontractors must provide a letter of intent stating their willingness to participate in the performance of the contract as specified in the tender.
During contract execution any change of subcontractors will be subject to the prior written approval of the contracting authority.
A sole tenderer or a consortium may also rely on the capacities of other entities for meeting the minimum capacity levels under headings III.2.2 and III.2.3, regardless of the legal nature of the links which it has with them. If so, it must prove to the contracting authority that it will have the resources necessary for performance of the contract at its disposal, for example by providing an undertaking on the part of those entities. Reliance on the capacities of a third party which is a different legal entity from the sole tenderer or the consortium members, even though it is part of the same economic group, is considered subcontracting for the purposes of the procedure. If the contract is awarded to a tenderer relying on a third party to provide more than 80 % of the minimum requirements for economic and financial capacity listed under heading III.2.2, the contracting authority will require that the third party sign the contract and become jointly liable for its execution together with the tenderer.
The role and tasks of each consortium partner and identified subcontractors must be clearly specified in the tender. The cover letter must give the name of the tenderer (including all partners in the case of a consortium) and subcontractor(s), including third parties on whose capacities the tenderer relies, and the name of the single contact person in relation to this procedure. For consortia the cover letter must be signed by each partner, or by a partner duly authorised to sign the tender and the contract on behalf of all partners. In the latter case authorisation can be, for instance, in the form of a power of attorney, a letter of intent or a consortium agreement.
Tenderers (all partners in the case of a consortium) must also provide a legible copy of the notice of appointment of the persons authorised to represent the tenderer in dealings with third parties and in legal proceedings, or a copy of the publication of such appointment if the legislation which applies to the legal entity concerned requires such publication. Any delegation of this authorisation to another representative not indicated in the official appointment must be evidenced.
III.1.4)Other particular conditions
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: 1. Exclusion criteria:
Tenderers will not be eligible to take part in this procedure if they are 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. Tenderers (including consortium partners) and subcontractors identified as per heading III.1.3 shall sign the declaration on honour (available on the contracting authority's website indicated in heading I.1) to declare that they are not in any of these situations.
Upon request of the contracting authority the successful tenderer (including all partners in the case of a consortium) and all subcontractors identified by the tenderer in accordance with III.1.3 shall 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 waive the obligation to submit the required supporting documents if such evidence has already been submitted to it for the purposes of another procurement procedure and provided that the issuing date of the documents does not exceed 1 year from the date of the award notification and that they are still valid. In such a case, the tenderer shall declare on his honour that the documentary evidence has already been provided in a previous procurement procedure and confirm that no changes in his situation have occurred.
2. Selection criteria:
Legal capacity:
Tenderers (all partners in the case of a consortium) shall prove that they have the legal capacity to perform the contract by providing a certificate of registration in the relevant trade or professional register in their country of establishment/incorporation. If the tenderer is not required or allowed to register in such a register for reasons related to its statute or legal status, the contracting authority may accept, as satisfactory evidence, a sworn declaration or certificate, membership of a specific organisation, express authorisation, or entry in the VAT register.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Tenderers must comply with the following criterion: annual turnover meeting the minimum capacity level.
The following evidence must be provided by each tenderer (each partner in the case of a consortium) and each subcontractor on whose capacities the tenderer relies for meeting the minimum capacity level for economic and financial ability:
— copy of financial statements (balance sheets, profit and loss accounts and any other related financial information) for the past 2 financial years for which accounts have been closed, published and/or audited or, where publication/auditing is not required under the law of the country in which the economic operator is established, self-certified as exact and sincere by the duly authorised representative. If the provided documents show net loss in any of the requested years, the economic operator must furnish another document as proof of its financial and economic capacity, such as appropriate bank references or a letter/statement by certified auditors attesting to the economic operator's financial stability, proof of professional risk insurance, or an appropriate guarantee from a third party (e.g. the parent company),
— a statement as to the economic operator's annual turnover and the annual turnover in the field covered by the contract, over the past 2 financial years for which accounts have been closed.
If, for some exceptional reason which the contracting authority considers justified, an economic operator is unable to produce the references required above, he may prove his economic and financial capacity by any other document which the contracting authority considers appropriate. In any case, the contracting authority must at least be notified of the exceptional reason and justification must be provided. The contracting authority reserves the right to request any other document enabling it to verify the economic operator's economic and financial capacity or to seek additional information and/or clarifications by any appropriate means (websites, official bodies, etc.).
The contracting authority may waive the obligation of an economic operator to submit the documentary evidence referred to above if such evidence has already been submitted to it for the purposes of another procurement procedure and provided that it complies with the requirements of the present call for tenders. In such a case, the economic operator shall provide reference to the contract and Commission service for which the evidence has been provided.
Minimum level(s) of standards possibly required: The average of the annual turnover for the past 2 financial years must be at least:
lot 1: 50 000 EUR;
lot 2: 150 000 EUR;
lot 3: 500 000 EUR;
lot 4: 250 000 EUR;
lot 5: 50 000 EUR;
lot 6: 25 000 EUR.
The minimum capacity levels will be assessed in relation to the tenderer as a whole, including the combined capacities of all partners in the case of a consortium and all subcontractors.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The tenderer must provide a list of supplies and services of similar nature over the past 3 years, indicating the object/brief description, the date and the recipient (public or private).
Minimum level(s) of standards possibly required:
Minimum 3 references must be provided.
The tenderer shall supply a detailed overview of products that can be provided, referring to example categories as described in the lots.
In the case of a consortium or subcontracting the evidence requested must be provided by those consortium partners/subcontractors on whose capacity the tenderer relies to satisfy the minimum capacity levels.
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/GEE/2015/D.3/0057/OC.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.9.2015
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 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: 11.9.2015 - 10:00
Place:
European Commission, JRC-IRMM, Retieseweg 111, 2440 Geel, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Max. 1 authorised representative can attend the opening session. The request must be sent to jrc-irmm-procurement@ec.europa.eu at least 2 days prior to the opening.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Documents and communication related to this procedure are available free of charge at the following website:
http://web.jrc.ec.europa.eu/callsfortender
Any additional information and reply to requests for clarifications will be published on this website. It is therefore the responsibility of the economic operators to check this website on a regular basis.
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: You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1.
If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal.
Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:3.7.2015