|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Support and maintenance of the open vms-based hybrid k-edge / xrf software
Germany, France and UK
Purchaser: European Commission, JRC — Joint Research Centre, JRC.G
15/06/2018 S113 European Commission - Services - Contract notice - Open procedure I.II.III.IV.VI. Germany-Karlsruhe: Support and maintenance of the Open VMS-based Hybrid K-edge / XRF software
2018/S 113-256247
Contract notice
Services
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses European Commission, JRC — Joint Research Centre, JRC.G — Nuclear Safety and Security (Karlsruhe), JRC.G.II.6 — Nuclear Safeguards and Forensics PO Box 2340 Karlsruhe 76125 Germany Contact person: Procurement Deparment E-mail: jrc-procurement-karlsruhe@ec.europa.eu NUTS code: DE12 Internet address(es):
Main address: https://ec.europa.eu/jrc/
Address of the buyer profile: https://web.jrc.ec.europa.eu/callsfortender/
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3587 Additional 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 authority European institution/agency or international organisation I.5) Main activity Other activity: Research Section II: Object
II.1) Scope of the procurement II.1.1) Title: Support and maintenance of the Open VMS-based Hybrid K-edge / XRF software
Reference number: JRC/KRU/2018/G.II.6/0052/OC II.1.2) Main CPV code 48000000 II.1.3) Type of contract Services II.1.4) Short description: The Nuclear Safeguards and Forensics Unit (G.II.6) of the JRC Karlsruhe site plans to conclude a service framework contract for the maintenance support of the Hybrid K-edge / XRF systems running in JRC Karlsruhe (Germany), LSS La Hague (France) and OSL Sellafield (United Kingdom).
II.1.5) Estimated total value Value excluding VAT: 160 000.00 EUR II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 48000000 48461000 II.2.3) Place of performance NUTS code: DE12 Main site or place of performance: European Commission, JRC Karlsruhe, Hermann-von-Helmholtz-Platz 1, 76344 Eggenstein-Leopoldshafen, German.
II.2.4) Description of the procurement: Support and maintenance of the Open VMS-based Hybrid K-edge / XRF software.
II.2.5) Award criteria Criteria below Price II.2.6) Estimated value Value excluding VAT: 160 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues II.2.13) Information about European Union funds The 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 registers List and brief description of conditions: See Internet address provided in Section I.3.
III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession 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 contract Obligation 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 procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with a single operator IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction 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 participate Date: 20/07/2018 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 tender Duration in months: 6 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 24/07/2018 Local time: 10:00 Place: JRC-Karlsruhe, Hermann-von-Helmholtz-Platz 1, 76344 Eggenstein-Leopoldshafen, Germany.
Information about authorised persons and opening procedure: See Internet address provided in Section I.3.
Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information: See Internet address provided in Section I.3.
VI.4) Procedures for review VI.4.1) Review body General Court of the European Union rue du Fort Niedergrünewald Luxembourg 2925 Luxembourg Telephone: +352 4303-1 Internet address: http://curia.europa.eu
VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure Precise information on deadline(s) for review procedures: See Internet address provided in Section I.3.
VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 08/06/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|