There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Works - 467118-2018

24/10/2018    S205

Luxembourg-Luxembourg: Maintenance of installations and electrical, HVAC and sanitary works in the buildings of the European Court of Auditors

2018/S 205-467118

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: L-1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.europa.eu
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=4125
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
Contact person: Procurement service
Telephone: +352 43981
E-mail: eca-procurement.service@eca.europa.eu
Fax: +352 4398-46946
NUTS code: LU LUXEMBOURG
Internet address(es):
Main address: http://www.eca.europa.eu
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Maintenance of installations and electrical, HVAC and sanitary works in the buildings of the European Court of Auditors

Reference number: AO 675
II.1.2)Main CPV code
45300000 Building installation work
II.1.3)Type of contract
Works
II.1.4)Short description:

The aim of this invitation to tender procedure is to select a contractor who will ensure the provision of maintenance for the technical installations of the European Court of Auditors, and to undertake electrical, HVAC and sanitary works.

The contract is divided into two separate lots:

— lot 1: maintenance of the electrical and security installations and electrical works in the buildings of the Court of Auditors,

— lot 2: maintenance of the HVAC and sanitary installations and HVAC and sanitary works in the buildings of the Court of Auditors.

II.1.5)Estimated total value
Value excluding VAT: 10 900 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Maintenance of the installations and electrical works

Lot No: 1
II.2.2)Additional CPV code(s)
50711000 Repair and maintenance services of electrical building installations
45310000 Electrical installation work
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

12, rue Alcide de Gasperi à L-1615 Luxembourg-Kirchberg, LUXEMBOURG

II.2.4)Description of the procurement:

The maintenance services covered by this contract are as follows:

— all preventive maintenance operations,

— all corrective maintenance operations,

— all ducting services,

— all assistance services for environmental management,

— assistance during periodic inspections undertaken by the approved body.

These services are to be performed throughout the duration of the contract according to the needs of the Court.

The electrical works, which do not amount to interventions covered by maintenance services, and which may be necessary during the contract, concern in particular minor modifications and / or refurbishment or renovation projects, or the monitoring of works undertaken by a third party company. Small modifications can be made throughout the life of the contract depending on the needs of the Court, while refurbishment or renovation projects are more complex operations requiring the intervention of several companies. Each of these projects will only be performed once during the contract.

The list of main installations concerned for the contract is set out in Annex 2A. Their technical and quantitative description is given for information purposes only. This list is non-exhaustive and should, if necessary, be completed by the contractor. All installations are presumed to be in good working order. All ancillary equipment, installations and accessories are considered to be an integral part of the installations.

The Court has drawn up a provisional and non-exhaustive list of services and supplies that could be requested by the Court, either as part of the corrective maintenance or as part of the works related to this contract (Annex 2C). This does not constitute a commitment by the Court to undertake these services / works, and the list is likely to evolve over time and according to needs.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 5 000 000.00 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.2.13)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:

Budget of the European Union

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Maintenance of the installations and HVAC and sanitary works

Lot No: 2
II.2.2)Additional CPV code(s)
50720000 Repair and maintenance services of central heating
50730000 Repair and maintenance services of cooler groups
45330000 Plumbing and sanitary works
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

12, rue Alcide de Gasperi at L-1615 Luxembourg — Kirchberg, LUXEMBOURG

II.2.4)Description of the procurement:

The maintenance services covered by this contract are as follows:

— all preventive maintenance operations,

— all corrective maintenance operations,

— all ducting services,

— all assistance services for environmental management,

— assistance during periodic inspections undertaken by the approved body.

These services are to be performed throughout the duration of the contract according to the needs of the Court.

The HVAC and sanitary works, which do not amount to interventions covered by maintenance services, and which may be necessary during the contract, concern in particular minor modifications and / or refurbishment or renovation projects, or the monitoring of works undertaken by a third party company. Small modifications can be made throughout the life of the contract depending on the needs of the Court, while refurbishment or renovation projects are more complex operations requiring the intervention of several companies. Each of these projects will only be performed once during the contract.

The list of main installations concerned for the contract is set out in Annex 2A. Their technical and quantitative description is given for information purposes only. This list is non-exhaustive and should, if necessary, be completed by the contractor. All installations are presumed to be in good working order. All ancillary equipment, installations and accessories are considered to be an integral part of the installations.

The Court has drawn up a provisional and non-exhaustive list of services and supplies that could be requested by the Court, either as part of the corrective maintenance or as part of the works related to this contract (Annex 2C). This does not constitute a commitment by the Court to undertake these services / works, and the list is likely to evolve over time and according to needs.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 5 900 000.00 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.2.13)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:

Budget of the European Union

II.2.14)Additional information

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:

By submitting an offer, tenderers acknowledge that they have the legal capacity to perform the contract (see solemn declaration in Annex 3). The requirements in terms of legal capacity are as follows:

a) Tenderers must be registered in the professional register or the trade register under the conditions laid down by the legislation of the country in which the tenderer is established;

b) Tenderers must be authorised to perform the commercial activity under this invitation to tender.

The evidence to be provided concerning the requirements in terms of legal capacity is as follows:

— proof that the national legislation allows the tenderer to perform the contract (enrolment on the professional or trade register, sworn declaration or certificate, membership of a specific organisation, express authority, or entry in the VAT register).

This proof will be requested from tenderers who will be offered the contract award.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Tenderers must have sufficient resources and financial means to perform the contract. The requirement in terms of economic and financial capacity is as follows:

a) For lot 1, the average turnover over the last three years for the services and works to which the contract refers must exceed EUR 2 500 000;

b) For lot 2 the average turnover over the past three years for the services and works to which the contract refers must exceed EUR 2 500 000.

The economic and financial capacity of the tenderer will be evaluated on the basis of the turnover of the last three financial years (2015-2016-2017).

The proof of the same will be requested from tenderers who will be offered the contract award. For further information see the tender specifications, part A.8.4.

If, for some exceptional reason which the contracting authority considers to be justified, the tenderer is unable to produce the means of proof required, it is permitted to provide evidence of its financial capacity by any means which the contracting authority deems suitable.

In the case where the tenderer intends to use a subcontractor to satisfy the selection criteria concerning the technical and professional capacity, and more specifically regarding the educational and professional titles of the persons responsible for the service and those performing the same, it must take into consideration the following limitations imposed for subcontracting:

— for lot 1: the preventive and corrective maintenance tasks of the fire detection and protection systems, including associated programmes, must be assumed by the contractor without recourse to subcontracting,

— for lot 2: the preventive and corrective maintenance tasks of the CTM system (SAIA control panel) must be assumed by the contractor without recourse to subcontracting.

Minimum level(s) of standards possibly required:

For lot 1, the average turnover over the last three years for the services and works to which the contract refers must exceed EUR 2 500 000;

For lot 2 the average turnover over the past three years for the services and works to which the contract refers must exceed EUR 2 500 000.

III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
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.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 30/11/2018
Local time: 17:00
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 tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 04/12/2018
Local time: 10:00
Place:

12, rue Alcide de Gasperi à Luxembourg — Kirchberg, LUXEMBOURG

Information about authorised persons and opening procedure:

Tenderers or their representative wishing to attend the opening of tenders should confirm this in writing (email: eca-procurement.service@eca.europa.eu, or fax +352 439846667), by 12.00 on 3.12.2018, at the latest.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

A site visit is planned:

On 7.11.2018 at 10.00 for lot 1, and

On 8.11.2018 at 10.00 for lot 2.

Companies are invited to set aside a full day for each visit.

The site visit will take place at the following address: 12, rue Alcide de Gasperi, L-1615 Luxembourg — Kirchberg, LUXEMBOURG (please go to the reception desk of the main building of the Court of Auditors,

12, rue Alcide de Gasperi at L-1615 Luxembourg — Kirchberg, LUXEMBOURG). The site visit is highly recommended. If the date is not convenient, tenderers may put forward another date, although the date for submission of the tender cannot be modified. Tenderers are requested to confirm their attendance by email, no later than 16.00 on the day before the site visit, to eca-procurement.service@eca.europa.eu

Requests for additional information must be sent via the 'Create a question' link in the 'Questions and Answers' tab on the corresponding TED eTendering page (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4125). The Court is not obliged to respond to requests for additional information submitted less than 6 working days before the deadline for receipt of tenders. At its own initiative, the Court may inform the interested parties of any error, inaccuracy, omission or any material insufficiency in the drafting of the documents of the invitation to tender.

Where appropriate, the additional enquiries and information referred to above will be published on the ‘Ted-eTendering’ website (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4125). This website is regularly updated and it is the responsibility of tenderers to check for any updates and modifications during the duration of the invitation to tender. Tenderers’ attention is drawn to the fact that the contract documents may be subject to change, including the tender price offer form (Annex 3 – Forms 7 and 8) and the technical annexes. To this end, tenderers are advised to register in the eTendering application in order to receive notifications regarding the contract.

Tenders should be sent in triplicate (an original, a hard copy with a "copy" stamp, and an electronic copy allowing an advanced keyword search on a USB memory stick or a CD-ROM), written in one of the official languages of the European Union.

The planned starting date for the contract is 1.2.2019, provided that the contract has been signed by both parties by this date.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Court of Auditors, service des appels d'offres et contrats
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-45540
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
12/10/2018