Services - 109778-2020

Submission deadline has been amended by:  290801-2020
06/03/2020    S47

Luxembourg-Luxembourg: Mobile Communications

2020/S 047-109778

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Cour des comptes européenne
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: 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=6057
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6057
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:

Mobile Communications

Reference number: AO 713
II.1.2)Main CPV code
64212000 Mobile-telephone services
II.1.3)Type of contract
Services
II.1.4)Short description:

This call for tenders is aiming to award a single framework service contract for the provision of mobile telephony services and associated equipment. At least the following mobile communication services shall be provided: voice communication, data communication, text messages (SMS).

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
64210000 Telephone and data transmission services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

The Court requires high-quality mobile communications services. At least, the following mobile communication services shall be provided: voice communication, data communication, text messages (SMS).

Mobile communications must be possible in Luxembourg, in all the member states of the European Union and virtually any urban area in the world.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2020
End: 30/06/2024
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:

General 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:

Tenderers that are in one of the situations described in Articles 136 and 141 of the Financial Regulation shall be excluded from participation in this open call for tenders and not be awarded the contract.

Tenderers must be legally capable of performing the service contract they apply for. A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitation to tender — Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the legal capacity shall be requested from the tenderers to whom the award of the contract might be proposed:

(a) proof of entry on the professional or trade register under the conditions laid down by legislation in the country in which the tenderers reside;

(b) a legible copy of the notice of appointment of the person(s) authorised to represent the tenderer in concluding contracts, if it is not included in the above-mentioned document.

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

Tenderers must have the necessary economic and financial capacity to perform the FWC in compliance with the contractual provisions, taking into account its value and scale. If, in the light of the information supplied by the tenderer, the Court has doubts about tenderer's economic and financial capacity or if it is clearly insufficient for performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation. A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitationto tender — Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the economic and financial capacity shall be requested from the tenderers to whom the award of the contract might be proposed:

— financial statements or their extracts for a period equal to the last 2 years for which accounts have been closed,

— a statement of the specific annual turnover relating to the services covered by this call for tenders for each of the past 2 financial years for which accounts have been closed.

Minimum level(s) of standards possibly required:

Economic operators shall have a minimum yearly turnover relating to the services covered by this call for tenders for each of the past 2 financial years for which accounts have been closed must be equal or above 400 000 EUR.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Tenderers must have the necessary technical and professional capacity to enable them to execute the FWC in compliance with the contractual provisions, taking into account its value and scale. A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitation to tender — Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender.

The technical and professional capacity will be judged on the basis of the tenderer’s expertise relevant to the required services. The following documents as regards the technical and professional capacity shall be provided with the tender:

— document certifying that the company is authorized to provide mobile telephony services in at least one of the EU member states,

— evidence of at least 3 references (contracts) of the most relevant clients in the last 3 years.

Minimum level(s) of standards possibly required:

— the tenderer must be authorized to provide mobile telephony services in at least one of the EU member states. Before start of service provision, the tenderer must obtain authorisation to provide mobile telephony services in Luxembourg,

— the tenderer must have executed, in the last 3 years, at least 3 similar contracts, in terms of subject, of this call for tenders. As proof of experience, he must provide 3 references (contracts) of the most relevant clients in the last 3 years.

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: 17/04/2020
Local time: 18:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 19/04/2020
Local time: 15:00
Place:

European Court of Auditors, 12, rue Alcide de Gasperi, Kirchberg, 1615 LUXEMBOURG.

Information about authorised persons and opening procedure:

For organisational and security reasons the tenderer must provide the full name and nationality of the representatives at least 2 working days in advance to eca-procurement.service@eca.europa.eu

The representatives will be required to present the submission receipt generated by eSubmission and to sign an attendance sheet.

Section VI: Complementary information

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

The act of tendering does not give tenderers the right either to be awarded the contract or to receive any compensation for costs incurred.

Any additional information including that referred to above will be available only on eTendering, so the tenderers are strongly advised to consult it at regular intervals as additional information may be added at any time up to the closing date for submission of tenders.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal de l'Union européenne
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 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: Médiateur européen
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Appeal to the General Court of the European Union within 2 months of the plaintiff being notified on the success or not of its tender or, failing this, of the day on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Cour des comptes européenne, Service des appels d'offres et contrats
Postal address: 12, Rue Alcide De Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
25/02/2020