Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament
Postal address: Rue Wiertz 60
Town: Bruxelles
NUTS code:
BE BELGIQUE-BELGIËPostal code: 1047
Country: Belgium
Contact person: Direction des projets immobiliers
E-mail:
INLO.AO.DIR.D@europarl.europa.euInternet address(es): Main address:
http://europarl.europa.eu I.3)CommunicationAdditional 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 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:
Invitation to tender nº 06D20/2017/M055 — framework contract for assistance with architectural and engineering projects
Reference number: 06D20/2017/M055
II.1.2)Main CPV code71000000 Architectural, construction, engineering and inspection services
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of service for assisting the European Parliament with architectural and engineering projects.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2)Description
II.2.1)Title:
Invitation to tender nº 06D20/2017/M055 — lot 1
Lot No: 1
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
Architectural and technical assistance assignment consisting mainly in the provision of a structured team of building specialists (architects, engineers, draughtsmen, etc.).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Invitation to tender nº 06D20/2017/M055 — lot 2
Lot No: 2
II.2.2)Additional CPV code(s)71000000 Architectural, construction, engineering and inspection services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
Project assignments consisting mainly of standard assignments for the management of all works for specific projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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: no
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 registersList and brief description of conditions:
The tenderer must meet at least one of the following conditions:
a) be enrolled on the professional or trade register, except in the case of an international organisation;
b) for the service contracts, have a special licence proving that it is authorised to carry out the contract in the country in which it is established, or be affiliated to a specific professional organisation.
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
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 a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 04/04/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 11/04/2018
Local time: 09:30
Place:
Rue Montoyer, 70 - Bruxelles.
Information about authorised persons and opening procedure:
One representative per tenderer.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
A mandatory site visit, without which the tender will not be accepted, will take place on 1.3.2018 (10:00).
The conditions for participating in the site visit are as follows:
the following information must be sent to the European Parliament, by email to the address INLO.AO.DIR.D@ep.europa.eu, at least 2 working days before the date fixed for the site visit:
— your company’s registered name,
— your company’s email address,
— name, position, identity card number and date of birth of the participants in the visit (maximum of 2 representatives per company may participate).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Internet address:
http://www.curia.europa.eu VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Greffe du tribunal de l'Union européenne
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:01/02/2018