Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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:
Regulatory monitoring in the fields of environment, technical equipment and accessibility
Reference number: 06C60/2017/M063
II.1.2)Main CPV code79140000 Legal advisory and information services
II.1.3)Type of contractServices
II.1.4)Short description:
The European Parliament intends to conclude, on its behalf and on behalf of the participating institutions and bodies: European Investment Bank, Council of the European Union, Translation Centre for the Bodies of the European Union, European Court of Auditors (ECA), Court of Justice of the European Union (CJEU), European Commission, a regulatory monitoring contract covering the environmental field, technical installations and equipment in properties, and the field of accessibility and ease of use, by persons with reduced mobility, of the built environment. Setting up and maintaining a regulatory monitoring system for the EU institutions involved is vital for maintaining EMAS certification. The regulatory monitoring system will cover all buildings occupied by the EU institutions in the Brussels-Capital Region (Belgium), Luxembourg and Strasbourg (France).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: FR FRANCE
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Main site or place of performance:
Brussels, Luxembourg, Strasbourg.
II.2.4)Description of the procurement:
See related documents (Schedule of Administrative Clauses and Technical Specifications).
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: 60
This contract is subject to renewal: yes
Description of renewals:
A framework contract with an initial duration of one year, tacitly renewed from year to year unless one of the parties objects by registered letter with acknowledgement of receipt, sent at least 3 months before the anniversary date of the contract.
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:
See related chapter in the Administrative Clauses Schedule.
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
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation 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 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
In the case of framework agreements, provide justification for any duration exceeding 4 years: Lower average costs per year for operating the database over a 5-year period
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 participateDate: 01/06/2018
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, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 08/06/2018
Local time: 10:00
Place:
Luxembourg. Details can be found in the relevant chapter of the Conditions for the submission of tenders.
Information about authorised persons and opening procedure:
A maximum of one representative per tenderer may participate. In order to prepare your entry pass, please email INLO.AO.DIR.C@europarl.europa.eu two business days prior to the opening date, your company name and the name, position, and a copy of a valid identification document from your representative.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Town: Luxembourg
Country: Luxembourg
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Town: Strasbourg
Country: France
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Greffe du Tribunal de l'Union européenne
Town: Luxembourg
Country: Luxembourg
VI.5)Date of dispatch of this notice:27/02/2018