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.G – Nuclear Safety and Security, JRC.G.1 – Site Safety
Postal address: Hermann-von-Helmholtz-Platz 1
Town: Eggenstein-Leopoldshafen
NUTS code:
DE123 Karlsruhe, LandkreisPostal code: 76344
Country: Germany
E-mail:
jrc-procurement-karlsruhe@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:
Undertaking cleaning of industrial facility parts at the JRC Karlsruhe
Reference number: JRC/KRU/2023/OP/0664
II.1.2)Main CPV code90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
The offer includes cleaning of all industrial facility parts on the technical premises of the JRC Karlsruhe during the shutdown period.
II.1.5)Estimated total valueValue excluding VAT: 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)90000000 Sewage, refuse, cleaning and environmental services
90910000 Cleaning services
II.2.3)Place of performanceNUTS code: DE123 Karlsruhe, Landkreis
Main site or place of performance:
Please refer to the procurement documents, available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
Undertaking cleaning of industrial facility parts at the JRC Karlsruhe.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 300 000.00 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 procurement 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 procurement documents, available at the address indicated in Section I.3).
II.2.14)Additional information
Please refer to the procurement 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 procurement 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 procurement documents, available at the address indicated in Section I.3).
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 06/06/2023
Local time: 12:00
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: 06/06/2023
Local time: 15:00
Place:
The tenders shall be opened electronically at the time and place indicated in section IV.2.7) of the contract notice. See instructions contained in the procurement documents in Section I.1).
Information about authorised persons and opening procedure:
Please refer to the procurement documents, available at the address indicated in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Please refer to the procurement documents, available at the address indicated in Section I.3). In the event of unavailability or disruptions in the functioning of the electronic means of communication referred to in Section I.3) within 5 calendar days preceding the deadline for receipt, indicated in Section IV.2.2), the contracting authority reserves the right to extend this deadline and to publish the renewal at the Internet address provided in Section I.3), without prior publication of a corrigendum to this notice. Economic operators interested in this tender are invited to register for the call for tenders at the address indicated in Section I.3) in order to be notified when new information or documents are published.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
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 procurement documents, available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:03/05/2023