Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Joint Research Centre (JRC)
Postal address: via Enrico Fermi 2749, TP 582
Town: Ispra VA
NUTS code:
ITC41 VaresePostal code: 21027
Country: Italy
Contact person: Nina Faggion Robertsson
E-mail:
jrc-g9nisp-procurement@ec.europa.euInternet address(es): Main address:
https://ec.europa.eu/jrc/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Research.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of HEPA replacement filters and their accessories for the nuclear ventilation systems.
Reference number: JRC/IPR/2017/G.III.9/0107/OC.
II.1.2)Main CPV code42520000 Ventilation equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
JRC Nuclear Decommissioning Unit (NDU) is responsible for the operation of nuclear installations and their corresponding nuclear ventilation and HEPA (high efficiency particulate air) filtration systems which are located in the nuclear areas (‘classified areas’ according to D.Lgs. 230/95) of the JRC Ispra site. The HEPA filter systems are essential to guarantee safe operating conditions in these installations. This contract is to cover the supply of HEPA replacement filters and their accessories for the nuclear ventilation systems.
II.1.5)Estimated total valueValue excluding VAT: 350 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)42520000 Ventilation equipment
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
via Enrico Fermi 2749, 21027 Ispra VA, ITALY.
II.2.4)Description of the procurement:
Supply of HEPA replacement filters and their accessories for the nuclear ventilation systems.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 350 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The contract is renewed automatically 3 times for 12 months.
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: no
II.2.14)Additional information
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:
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: 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.2.2)Time limit for receipt of tenders or requests to participateDate: 16/11/2017
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:English, Bulgarian, Czech, Danish, German, Greek, 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: 23/11/2017
Local time: 11:00
Place:
Room 7, at the entrance of the JRC Ispra site (second floor above the entrance of the JRC reception). Address: via Enrico Fermi 2749, 21027 Ispra VA, ITALY.
Information about authorised persons and opening procedure:
Persons authorised to be present at the opening of tenders: yes.
Maximum 2 persons per tenderer. The request to participate must be sent to the contact point no later than 16.11.2017, together with a copy of the identity card/passport.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
Documents and communication related to this procedure are available free of charge at the following website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2917
Any additional information and reply to requests for clarifications will be published there. It is therefore the responsibility of economic operators to check the website on a regular basis.
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: 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:
VI.5)Date of dispatch of this notice:03/10/2017