Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
NUTS code:
UKJ11 BerkshirePostal code: RG2 9AX
Country: United Kingdom
Contact person: Procurement at ECMWF
E-mail:
procurement@ecmwf.intInternet address(es): Main address:
https://www.ecmwf.int/Address of the buyer profile:
http://procurement.ecmwf.int I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
http://procurement.ecmwf.int I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Meteorological Services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
ECMWF/ITT/2020/BOND09a Procurement of Logistics Services
Reference number: ECMWF/ITT/2020/BOND09a
II.1.2)Main CPV code60000000 Transport services (excl. Waste transport)
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this ITT is for ECMWF to procure transport and packaging services to move a substantial amount of existing equipment and tape media from its Shinfield Park data centre in Reading, UK to its new data centre in Bologna, Italy.
The ITT covers the procurement of two lots as described in Volume II of the ITT documents. Tenderers may elect to tender for lot 1, Lot 2 or for both lots.
This ITT is for the initial purchase of services for each lot as described in Volume II, followed by further purchases of additional services on a call-off basis over the life of the contract. The term will be for a minimum period of three (3) years, with ECMWF having the option to extend thereafter, on an annual basis, to a maximum term of five (5) years.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Transport of IT Equipment
Lot No: 1
II.2.2)Additional CPV code(s)60000000 Transport services (excl. Waste transport)
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
NUTS code: IT ITALIA
II.2.4)Description of the procurement:
See Volume II of the ITT documents.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Tenderer’s financial and corporate credentials / Weighting: 10
Quality criterion - Name: Credibility and quality of approach/plan and time to deliver, run and support; safety of ECMWF data and equipment / Weighting: 40
Quality criterion - Name: Quality and experience of team; track record of providing this type of service / Weighting: 20
Price - Weighting: 30
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
See Volume II of the ITT documents.
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
II.2)Description
II.2.2)Additional CPV code(s)60000000 Transport services (excl. Waste transport)
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
NUTS code: IT ITALIA
II.2.4)Description of the procurement:
See Volume II of the ITT documents.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Tenderer’s financial and corporate credentials / Weighting: 10
Quality criterion - Name: Credibility and quality of approach/plan and time to deliver, run and support; safety of ECMWF data and equipment / Weighting: 40
Quality criterion - Name: Quality and experience of team; track record of providing this type of service / Weighting: 20
Price - Weighting: 30
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
See Volume II of the ITT documents.
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.1.2)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.2.3)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: 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: 27/10/2020
Local time: 14:00
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:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 27/10/2020
Local time: 14:00
Place:
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The procurement for the contract will be conducted in accordance with ECMWF's procedures as set out in ECMWF's invitation to tender documents, which are available on ECMWF's eProcurement Portal (https://procurement.ecmwf.int/) and no other procedures will apply. In submitting this notice ECMWF does not waive the privileges and immunities granted to it by virtue of its status as an intergovernmental organisation or submit itself to any jurisdiction.
Tenders must be submitted using ECMWF's eProcurement Portal. Hard copy (paper) submissions will not be accepted. Suppliers must register their organisation on the eProcurement Portal to be able to access the ITT documents, once these are published and to be able to submit a response to any ITTs.
The eProcurement Portal can be accessed from one of the following links: https://procontract.due-north.com or https://procurement.ecmwf.int (the latter redirects to the ProContract opportunities page).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address:
https://www.ecmwf.int/en/about/suppliers VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: European Centre for Medium-Range Weather Forecasts (ECMWF)
Postal address: Shinfield Park
Town: Reading
Postal code: RG2 9AX
Country: United Kingdom
Internet address:
https://www.ecmwf.int/en/about/suppliers VI.5)Date of dispatch of this notice:01/09/2020