Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Joint Research Centre (JRC), JRC.R — Support Services (Brussels), JRC.R.I.4 — Infrastructure
Postal address: Via Enrico Fermi 2749
Town: Ispra (VA)
NUTS code:
ITC41 VaresePostal code: 21027
Country: Italy
E-mail:
jrc-r4nisp-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:
Operation and maintenance of the wastewater treatment plant for the Joint Research Centre (JRC) site of Ispra (Italy)
Reference number: JRC/IPR/2022/OP/0856
II.1.2)Main CPV code45259100 Wastewater-plant repair and maintenance work
II.1.3)Type of contractWorks
II.1.4)Short description:
This will involve operation and routine maintenance services for the wastewater treatment plant at the JRC, Ispra (VA) site, cleaning and all the services necessary to guarantee all aspects of a reliable, uninterrupted and efficient filtering service, including analytical checks in accordance with the legislation in force.
II.1.5)Estimated total valueValue excluding VAT: 600 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)45259100 Wastewater-plant repair and maintenance work
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
Please refer to the contract documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
This will involve operation and routine maintenance services for the wastewater treatment plant at the JRC, Ispra (VA) site, cleaning and all the services necessary to guarantee all aspects of a reliable, uninterrupted and efficient filtering service, including analytical checks in accordance with the legislation in force.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Please refer to the contract documents available at the address indicated in Section I.3).
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:
Please refer to the contract documents available at the address indicated in Section I.3).
II.2.14)Additional information
Please refer to the contract documents available at the address indicated 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:
Please refer to the contract documents available at the address indicated 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:
Please refer to the contract documents available at the address indicated 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 system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
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: 17/06/2022
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:Bulgarian, Czech, Danish, German, Greek, English, 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: 20/06/2022
Local time: 11:00
Place:
Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.
Information about authorised persons and opening procedure:
Please refer to the contract documents available at the address indicated in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Please refer to the contract documents available at the address indicated in Section I.3).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please refer to the contract documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:12/05/2022