Italy-Ispra: Design, consulting, construction management, testing and safety coordination services relating to architecture, civil engineering, urban planning, environment and plant engineering
2022/S 172-486034
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.R – Support Services (Brussels), JRC.R.I.4 – Infrastructure
Postal address: Via Enrico Fermi 2749
Town: Ispra (VA)
NUTS code:
ITC41 VaresePostal code: 21027
Country: Italy
E-mail:
jrc-r4nisp-procurement@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:
Design, consulting, construction management, testing and safety coordination services relating to architecture, civil engineering, urban planning, environment and plant engineering
Reference number: JRC/IPR/2022/OP/1742
II.1.2)Main CPV code71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contractServices
II.1.4)Short description:
Design, consulting, construction management, testing and safety coordination services relating to architecture, civil engineering, urban planning, environment and plant engineering, as part of the activities carried out at the Joint Research Centre, Ispra.
II.1.5)Estimated total valueValue excluding VAT: 4 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
II.2.3)Place of performanceNUTS code: ITC41 Varese
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:
The purpose of the activities is to provide advice to the site management for infrastructures operation, design, supervision of works, tests, assessments, verifications and safety coordination on construction sites and/or renovation and maintenance of site buildings, plants and infrastructures.
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: 4 000 000.00 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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 17/10/2022
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: 18/10/2022
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 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: yes
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 case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the five 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 this extension at the internet address provided in Section I.3), without prior publication of a corrigendum to this notice. Economic operators interested in this contract are invited to register for the call for tenders at the address indicated in Section I.3), in order to be informed of the publication of new documents or information.
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:
Please refer to the procurement documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:31/08/2022