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.J — Nuclear Decommissioning and Waste Management, JRC.J.1 — Ispra Operational Nuclear Decommissioning & Waste Management (D&WM)
Postal address: Via Enrico Fermi 2749
Town: Ispra (VA)
NUTS code:
ITC41 VaresePostal code: 21027
Country: Italy
E-mail:
jrc-ispra-dir-j-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:
Maintenance services and installation of mechanical, conventional and nuclear facilities located in nuclear areas
Reference number: JRC/IPR/2021/OP/1814
II.1.2)Main CPV code50000000 Repair and maintenance services
II.1.3)Type of contractServices
II.1.4)Short description:
The services to be performed cover the design, installation, ordinary and extraordinary maintenance and verification of mechanical plants and/or systems and associated services located in the areas, buildings and laboratories, conventional and nuclear (about 60 buildings and related areas), located in the ‘classified areas’ pursuant to Legislative Decree n. 101/2020 of the JRC Ispra site. The maintenance services for these areas/units specifically involve facilities, installations and fluid distribution networks as well as the relevant components (pumps, valves, basins, piping, motors, compressors, heat exchangers, ventilation machinery, filter systems, air-conditioning units, etc.). The activity under the entire service will involve preventive and/or corrective maintenance undertaken on site.
II.1.5)Estimated total valueValue excluding VAT: 3 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)50000000 Repair and maintenance services
45350000 Mechanical installations
50730000 Repair and maintenance services of cooler groups
71300000 Engineering services
51500000 Installation services of machinery and equipment
50720000 Repair and maintenance services of central heating
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
45330000 Plumbing and sanitary works
71600000 Technical testing, analysis and consultancy services
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
Please refer to the contract documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
Maintenance services and installation of mechanical, conventional and nuclear facilities located in nuclear areas.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 3 500 000.00 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 contract 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 contract documents available at the address indicated in Section I.3).
II.2.14)Additional information
Please refer to the contract 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 contract 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 contract 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: 11/02/2022
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: 14/02/2022
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 contract 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 payment will be used
VI.3)Additional information:
Please refer to the contract 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 5 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.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please refer to the contract documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:17/12/2021