Legal Basis:
Regulation (EU, Euratom) No 966/2012
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, JRC — Joint Research Centre, JRC.R — Support Services (Brussels), JRC.R.1 — Support Services Seville
Postal address: C/ Inca Garcilaso, 3, Expo Building
Town: Sevilla
NUTS code:
ES618 SevillaPostal code: 41092
Country: Spain
E-mail:
jrc-seville-offers@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:
Maintenance, support and development of security and monitoring systems at the JRC in Seville
Reference number: JRC/SVQ/2018/R.1/0095/RC
II.1.2)Main CPV code50710000 Repair and maintenance services of electrical and mechanical building installations
II.1.3)Type of contractServices
II.1.4)Short description:
The security systems at the JRC in Seville include access control, anti-intrusion and CCTV. In addition, a monitoring system guarantees constant supervision of the critical IT systems and other infrastructure. Both systems give advance warnings to the staff in charge of infrastructure and security, which ensures a better responsiveness of the organisation.
These critical systems should be prepared in accordance with the needs of the Contracting Authority and the requirements of the regulations through both preventive and corrective maintenance.
The purpose of the framework contract is, therefore, to ensure the preventive and corrective maintenance of the security and monitoring systems at the Contracting Authority’s headquarters, and to establish a supply chain for engineering and installation services, equipment, materials and consumables suitable for the development and operation of those systems.
II.1.5)Estimated total valueValue excluding VAT: 250 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)50710000 Repair and maintenance services of electrical and mechanical building installations
51110000 Installation services of electrical equipment
35120000 Surveillance and security systems and devices
II.2.3)Place of performanceNUTS code: ES618 Sevilla
Main site or place of performance:
Edificio Expo, c/ Inca Garcilaso 3, 41092 Sevilla, SPAIN.
II.2.4)Description of the procurement:
Maintenance, support and development of security and monitoring systems at the JRC in Seville.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
The number of candidates is not limited.
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).
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 procedureRestricted 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: 26/11/2018
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)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
In accordance with article 164(5) and Annex I.11.1(e) of Regulation (EU, Euratom) 2018/1046 of the European Parliament and of the Council of 18 July 2018 on the financial rules applicable to the general budget of the Union, the Commission may enter into negotiated procedures with the successful tenderers of this tender for new services consisting in the repetition of similar services to those in this notice.
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:
See internet address provided in Section I.3).
VI.5)Date of dispatch of this notice:18/10/2018