Collection, transport and processing of conventional and hazardous waste

Collection, transport and treatment of both hazardous and non-hazardous waste produced on the premises of JRC-Geel in the framework of its activities (excluding nuclear waste). This implies chemical and biohazardous waste (from the laboratories), hazardous and non-hazardous medical waste from medical services, waste from catering, offices and infrastructure maintenance works. …

CPV: 90500000 Usługi związane z odpadami, 90510000 Usuwanie i obróbka odpadów, 90511000 Usługi wywozu odpadów, 90523000 Usługi usuwania odpadów toksycznych, z wyjątkiem odpadów radioaktywnych i zanieczyszczonej gleby, 90524300 Usługi usuwania odpadów biologicznych
Termin:
2 lipca 2025 16:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Collection, transport and processing of conventional and hazardous waste
Miejsce udzielenia zamówienia:
European Commission, DG JRC - Joint Research Centre
Numer nagrody:
EC-JRC/GEE/2025/OP/1890

1. Buyer

1.1 Buyer

Official name : European Commission, DG JRC - Joint Research Centre
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Collection, transport and processing of conventional and hazardous waste
Description : Collection, transport and treatment of both hazardous and non-hazardous waste produced on the premises of JRC-Geel in the framework of its activities (excluding nuclear waste). This implies chemical and biohazardous waste (from the laboratories), hazardous and non-hazardous medical waste from medical services, waste from catering, offices and infrastructure maintenance works.
Procedure identifier : c2cc2ae9-7acf-44db-ac54-5d4e92819e13
Internal identifier : EC-JRC/GEE/2025/OP/1890
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services

2.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

2.1.3 Value

Estimated value excluding VAT : 332 000 Euro

2.1.4 General information

Additional information : In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2024/2509

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Collection, transport and processing of conventional and hazardous waste
Description : Collection, transport and treatment of both hazardous and non-hazardous waste produced on the premises of JRC-Geel in the framework of its activities (excluding nuclear waste). This implies chemical and biohazardous waste (from the laboratories), hazardous and non-hazardous medical waste from medical services, waste from catering, offices and infrastructure maintenance works.
Internal identifier : EC-JRC/GEE/2025/OP/1890

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90511000 Refuse collection services
Additional classification ( cpv ): 90523000 Toxic waste disposal services except radioactive waste and contaminated soil
Additional classification ( cpv ): 90524300 Removal services of biological waste

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The framework contract is concluded for an initial period of 12 (twelve) months, renewable 3 (three) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 332 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 264775-2025

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 02/07/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 04/07/2025 10:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -
Organisation providing more information on the review procedures : European Commission, DG JRC - Joint Research Centre -

8. Organisations

8.1 ORG-0001

Official name : European Commission, DG JRC - Joint Research Centre
Registration number : COM
Department : JRC.R - Support Services
Postal address : Retieseweg 111
Town : Geel
Postcode : B-2440
Country subdivision (NUTS) : Arr. Turnhout ( BE213 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://ec.europa.eu/jrc/
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 679e8a9a-51e8-4359-9f45-79d43a8532e4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 08:51 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00345659-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025