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 (Karlsruhe), JRC.G.II.8 — Nuclear Safeguards and Forensics
Postal address: PO Box 2340
Town: Karlsruhe
NUTS code:
DE122 Karlsruhe, StadtkreisPostal code: 76125
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 activityOther activity: Research Centre
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of Double Filament Holders and Extraction Plates (Used in Finnigan MAT26x, TI-Box and Triton Mass Spectrometers)
Reference number: JRC/KRU/2021/OP/0157
II.1.2)Main CPV code31000000 Electrical machinery, apparatus, equipment and consumables; lighting
II.1.3)Type of contractSupplies
II.1.4)Short description:
For each individual measurement with a Thermal ionisation mass spectrometer a double filament holder and an extraction plate are necessary to perform the analysis. Therefore it is necessary the conclusion of a framework contract with a reliable supplier in order to assure the timely delivery of the needed filaments to Karlsruhe site and to the on-site laboratory at La Hague, France (LSS).
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)31000000 Electrical machinery, apparatus, equipment and consumables; lighting
II.2.3)Place of performanceNUTS code: DE122 Karlsruhe, Stadtkreis
Main site or place of performance:
Hermann-von-Helmholtz-Platz 1
76344 Eggenstein-Leopoldshafen
DEUTSCHLAND
II.2.4)Description of the procurement:
Supply of double filament holders and extraction plates (used in Finnigan MAT26x, TI-Box and Triton mass spectrometers).
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 consult 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:
See internet address provided in section I.3).
II.2.14)Additional information
See internet address provided 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:
See internet address provided 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:
See internet address provided 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 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: 07/07/2021
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: 08/07/2021
Local time: 10:00
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 consult the procurement documents available at the address indicated in section I.3).
Information about authorised persons and opening procedure:
See internet address provided in section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
See internet address provided in section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:31/05/2021