Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission
Postal address: Jean Monnet Building, Office A1/029
Town: Luxembourg
Postal code: 2920
Country: Luxembourg
For the attention of: Office for Infrastructure and Logistics — Luxembourg, Unit OIL.06, Sector 002 Procurement Procedures and Contracts
E-mail: oil-appels-offres@ec.europa.eu
Telephone: +352 4301-38312
Fax: +352 4301-32109
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/oil/appels_fr.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=448
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: European School Luxembourg I
Postal address: 23, boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 1115
Country: Luxembourg
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Maintenance of lawns, patios and outdoor plants.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Luxembourg.
NUTS code LU LUXEMBOURG (GRAND-DUCHÉ)
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
The framework contract involves the provision of services relating to the maintenance of lawns, patios and outdoor plants (approximately 60 000 m2).
Services including clipping, airing, hoeing, fertilising, watering and phytosanitary treatment, seasonal planting, trimming, weeding, tree pruning and felling.
The services are to be performed around the various buildings of the Commission and the European School I.
II.1.6)Common procurement vocabulary (CPV)77310000 Planting and maintenance services of green areas, 77340000 Tree pruning and hedge trimming
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details are given in the draft contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Details are given in the administrative clauses.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: the conditions are given in the administrative clauses.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: the conditions are given in the administrative clauses.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
the conditions are given in the administrative clauses.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaLowest price
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OIL/06/PO/2014/049.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.5.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 15.5.2014 - 10:00
Place:
European Commission, Jean Monnet Building, rue Alcide de Gasperi, room A1/040A, 2920 Luxembourg, LUXEMBOURG.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 person per tenderer may be present.
Details are given in the administrative clauses.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The specifications and additional documents (including questions and answers) can be downloaded from the following web address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=448
Interested parties are invited to consult the site regularly for any updates and answers to questions.
The Commission cannot be held responsible should tenderers not be aware of any additional information on this invitation to tender given on this website.
No paper version will be issued.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: Office for Infrastructure and Logistics
Postal address: Jean Monnet Building, rue Alcide de Gasperi
Town: Luxembourg
Postal code: 2920
Country: Luxembourg
E-mail: inez.jacquemyn@ec.europa.eu
Telephone: +352 4301-36491
Fax: +352 4301-33789
VI.5)Date of dispatch of this notice:21.3.2014