 |
IMPORTANT NOTE:
The notice below has expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Repair/maintenance, integration and ongoing development of software and hardware for the physical protection service of the institute for transuranium elements (itu)
Karlsruhe, Germany
Purchaser: European Commission, Joint Research Centre (JRC), Institute for Transuranium Elements (ITU)
10/12/2015 S239 European Commission - Services - Contract notice - Restricted procedure I.II.III.IV.VI. Germany-Karlsruhe: Repair/maintenance, integration and ongoing development of software and hardware for the physical protection service of the Institute for Transuranium Elements (ITU)
2015/S 239-433382
Contract notice
Services
Directive 2004/18/EC Section I: Contracting authority
I.1) Name, addresses and contact point(s) European Commission, Joint Research Centre (JRC), Institute for Transuranium Elements (ITU) PO Box 2340 For the attention of: Mr A. Jimenez-Segarra 76125 Karlsruhe GERMANY Telephone: +49 72479510 E-mail: jrc-itu-procurement@ec.europa.eu Fax: +49 724795199555 Internet address(es): General address of the contracting authority: http://itu.jrc.ec.europa.eu/ Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) I.2) Type of the contracting authority European institution/agency or international organisation I.3) Main activity General public services Other: research establishment. I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no Section II: Object of the contract
II.1) Description II.1.1) Title attributed to the contract by the contracting authority: Repair/maintenance, integration and ongoing development of software and hardware for the physical protection service of the Institute for Transuranium Elements (ITU). II.1.2) Type of contract and location of works, place of delivery or of performance Services Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services Main site or location of works, place of delivery or of performance: European Commission, Institute for Transuranium Elements, Hermann-von-Helmholtz-Platz 1, 76344 Eggenstein-Leopoldshafen, GERMANY. NUTS code II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves the establishment of a framework agreement II.1.4) Information on framework agreement Framework agreement with a single operator Duration of the framework agreement Duration in months: 48 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 132 000 and 176 000 EUR II.1.5) Short description of the contract or purchase(s) The Institute for Transuranium Elements is planning to award a framework service contract for activities relating to the repair/maintenance, integration and ongoing development of software and hardware for the physical protection service of the Institute for Transuranium Elements (ITU). It involves the repair/maintenance, integration and ongoing development of the access detection system and other software and hardware for the physical protection service of the Institute for Transuranium Elements. II.1.6) Common procurement vocabulary (CPV) 72000000 II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes II.1.8) Lots This contract is divided into lots: no II.1.9) Information about variants Variants will be accepted: no II.2) Quantity or scope of the contract II.2.1) Total quantity or scope: Approximately 400 hours of service provision. This corresponds to a range of 33 000 EUR–44 000 EUR per year. Estimated value excluding VAT: Range: between 132 000 and 176 000 EUR II.2.2) Information about options Options: no II.2.3) Information about renewals This contract is subject to renewal: yes II.3) Duration of the contract or time limit for completion Duration in months: 48 (from the award of the contract) Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: As detailed in the specifications. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As detailed in the specifications. III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Requests to participate or tenders may be submitted by consortia of 2 or more economic operators (joint tender). Each grouping member must submit the necessary documents listed in point III.2.1. However, in the case of a grouping, the documents requested in points III.2.2 and III.2.3 may be compiled jointly by several members. All legal entities will be required to sign the contract (if awarded it) and will be jointly and severally liable vis-à-vis the contracting authority for fulfilment of the conditions therein. Any change in the composition of the consortium during the tender procedure may lead to the tender in question being rejected. Any change in the composition of the consortium following contract signature may lead to the termination thereof. The consortium must nominate a legal entity (lead partner) who will have full authority to bind the consortium and each of its members, be responsible for contract management on behalf of all other members (invoicing, receipt of payments, etc.) and be entitled to submit the tender on behalf of the grouping members. Subcontracting is permitted. However, the contractor will continue to bear full responsibility vis-à-vis the contracting authority for contract performance. An economic operator may, if necessary and for a specific contract, make use of the capacities of other entities, irrespective of the legal nature of the links between itself and said entities. In such an event, it must provide the contracting authority with proof that it will have the resources needed to carry out the contract by, for example, producing a written commitment by said entities to make such resources available. III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: yes Description of particular conditions: See specifications. III.2) Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: to be eligible to participate in this award procedure, candidates or tenderers must not be in any of the exclusion situations referred to in Articles 106 and 107 of Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 (OJ L 298 of 26.10.2012). See self-certification model in the invitation to tender dossier. Candidates or tenderers must also provide proof of their entry in a professional or trade register. The tenderer awarded the contract must provide the appropriate proof prior to contract signature, in accordance with Article 143(3) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012 (OJ L 362 of 31.12.2012). III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: proof of the tenderer's overall turnover for the past 3 financial years. The tenderer's average annual turnover must amount to at least 50 000 EUR. III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: (a) list of major services provided in the past 3 years in the field of repair work, maintenance and development of software and hardware for integrated systems like access control, access detection, biometric identification, singling out individuals, airlock control or detection of fissile materials, the performance of which is subject to the legal classified information provisions; together with details of performance timescales, respective order size, and public or private recipients involved. At least 1 reference is required. (b) Handling of classified information shall be in accordance with the German provisions on classified information and those of the European Commission. The following undertakings are thus to be submitted with the application in their respective valid versions, completed and signed by the candidate and by the staff to be assigned within the scope of this contract: — appendix 04 data sheet VS-NfD, — https://bmwi-sicherheitsforum.de/ghb/formulare/317,0,0,1,0.html — appendix 04a — appendix to the VS-NfD data sheet — https://bmwi-sicherheitsforum.de/ghb/formulare/318,0,0,1,0.html Minimum level(s) of standards possibly required: (c) Proof of the candidate's quality-assurance measures in accordance with ISO 9001, a safety management system (e.g. SCC, BS OHSAS 18001), or equivalent quality-assurance or security measures. III.2.4) Information about reserved contracts III.3) Conditions specific to services contracts III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession: no III.3.2) Staff responsible for the execution of the service Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes Section IV: Procedure
IV.1) Type of procedure IV.1.1) Type of procedure Restricted IV.1.2) Limitations on the number of operators who will be invited to tender or to participate IV.1.3) Reduction of the number of operators during the negotiation or dialogue IV.2) Award criteria IV.2.1) Award criteria Lowest price IV.2.2) Information about electronic auction An electronic auction will be used: no IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: JRC/KRU/2015/E/0083/RC. IV.3.2) Previous publication(s) concerning the same contract IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Time limit for receipt of requests for documents or for accessing documents: 20.1.2016 Payable documents: no IV.3.4) Time limit for receipt of tenders or requests to participate 20.1.2016 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates IV.3.6) Language(s) in which tenders or requests to participate may be drawn up Any EU official language IV.3.7) Minimum time frame during which the tenderer must maintain the tender IV.3.8) Conditions for opening of tenders Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no VI.3) Additional information The aim of this contract notice is to call on interested parties to submit applications. Only those candidates who are selected on the basis of the requirements detailed in this notice will be requested to submit a tender. The request to participate and any additional information are available in a specially designated section of the contracting authority's website at the following address: http://web.jrc.ec.europa.eu/callsfortender/ In exceptional circumstances, the candidate may contact the contracting authority in writing until at the latest 5 working days prior to the final date for receipt of applications in order to clarify the type of contract. If additional information is requested in good time and in accordance with the specifications, it will be made available to all candidates simultaneously on the contracting authority's aforementioned website. Answers to the relevant questions asked and any additional information requested will be published on this website; candidates are therefore requested to check it regularly. It is the candidate's responsibility to check for updates and modifications during the invitation to tender period. The Commission reserves the right to use a negotiated procedure when the circumstances outlined in Article 134(1)(f) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012 apply. This states that a negotiated procedure may be used without a prior contract notice in the case of a repetition of similar services performed for the contracting authority by the contractor who was awarded the first contract, as long as they correspond to the basic contract and the first contract was awarded in an open or restricted procedure. Please note that the ITU will be closed from 24.12.2015 to 4.1.2016. Any enquiries will not be processed during this period. VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures General Court of the European Union rue du Fort Niedergrünewald 2925 Luxembourg LUXEMBOURG E-mail: generalcourt.registry@curia.europa.eu Telephone: +352 4303-1 Internet address: http://curia.europa.eu Fax: +352 4303-2100 VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: Any comments as regards the procurement procedure can be communicated to the contracting authority in point I.1. If you believe that there has been maladministration in the procedure, you can lodge a complaint with the European Ombudsman (see http://www.ombudsman.europa.eu) within 2 years of the date on which you became aware of the facts giving rise to the complaint. Any request for information on your part and our reply thereto, or a complaint owing to maladministration, will not entail any suspension of the time limit for initiating annulment procedures against this decision, which must be submitted within 2 months of the award decision to the body responsible for appeal procedures in point VI.4.1. VI.4.3) Service from which information about the lodging of appeals may be obtained General Court of the European Union rue du Fort Niedergrünewald 2925 Luxembourg LUXEMBOURG E-mail: generalcourt.registry@curia.europa.eu Telephone: +352 4303-1 Internet address: http://curia.europa.eu Fax: +352 4303-2100 VI.5) Date of dispatch of this notice: 30.11.2015
http://ted.europa.eu/, TED database, © European Communities, 1995-2015.
|
 |