Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Court of Justice of the European Union, direction générale de l’administration, direction des bâtiments et de la sécurité
Postal address: service du courrier officiel
Town: Luxembourg
NUTS code:
LU LuxembourgPostal code: L-2925
Country: Luxembourg
Contact person: M. Luis Moitinho, chef d'unité — services généraux et matériel roulant
E-mail:
DBS-AO-PROC-20-022@curia.europa.euInternet address(es): Main address:
https://www.curia.europa.eu I.1)Name and addressesOfficial name: European Commission, Office infrastructures et logistique (OIL)
Postal address: LUX/EUFO 10, rue Robert Stumpert
Town: Luxembourg
NUTS code:
LU LuxembourgPostal code: L-2557
Country: Luxembourg
E-mail:
DBS-AO-PROC-20-022@curia.europa.euInternet address(es): Main address:
https://www.ec.europa.eu I.1)Name and addressesOfficial name: European Commission, Office infrastructures et logistique (OIB)
Postal address: Rue de la Loi/Wetstraat 170
Town: Bruxelles
NUTS code:
BE Belgique / BelgiëPostal code: 1049
Country: Belgium
E-mail:
DBS-AO-PROC-20-022@curia.europa.euInternet address(es): Main address:
https://www.ec.europa.eu I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following 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:
Long-term hire of service vehicles
Reference number: COJ-PROC-20/022
II.1.2)Main CPV code34110000 Passenger cars - PA01
II.1.3)Type of contractSupplies
II.1.4)Short description:
Long-term hire of service cars, saloon cars or utility vehicles, estate cars and/or minivans without an option for purchase, for the Luxembourg and Brussels sites.
II.1.5)Estimated total valueValue excluding VAT: 22 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)34111100 Estate cars
34111200 Saloon cars
34114400 Minibuses
34136100 Light vans
34136200 Panel vans
34136000 Vans
II.2.3)Place of performanceNUTS code: LU Luxembourg
Main site or place of performance:
Grand Duchy of Luxembourg.
II.2.4)Description of the procurement:
Long-term hire of service cars, saloon cars or utility vehicles, estate cars and/or minivans, for the Luxembourg site.
This involves the rental of around 155 saloon cars and 27 utility vehicles, estate cars and/or minivans during the total duration of the framework contract.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 11 460 000.00 EUR
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.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
The quantities mentioned for lot 1 correspond to the requirements of the Court of Justice of the European Union, the European Commission, the European Court of Auditors, the Translation Centre for the Bodies of the European Union, the European Investment Bank and the European Public Prosecutor’s Office.
II.2)Description
II.2.2)Additional CPV code(s)34111100 Estate cars
34111200 Saloon cars
34114400 Minibuses
34136100 Light vans
34136200 Panel vans
34136000 Vans
II.2.3)Place of performanceNUTS code: BE Belgique / België
Main site or place of performance:
II.2.4)Description of the procurement:
Long-term hire of service cars, saloon cars or utility vehicles, estate cars and/or minivans, for the Brussels site.
This involves the rental of around 155 Berlin cars and 46 utility vehicles, estate cars and/or minivans during the total duration of the framework contract.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 10 840 000.00 EUR
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
The quantities indicated in lot 2 correspond to the requirements of the European Commission, the Council of the European Union, the European Economic and Social Committee, and the European Committee of the Regions.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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 procedureRestricted 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 13/04/2021
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 17/05/2021
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)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
This procedure will be implemented in two separate stages.
In the first stage, all interested economic operators may submit a request to participate including administrative information and documents relating to exclusion and selection criteria (see part 4 of the tendering specifications).
In the second stage, economic operators who have submitted such an application, who are not in a situation of exclusion, and who fulfil the selection criteria, will be invited to submit a tender (see part 5 of the tendering specifications).
Relevant documents to submit a request to participate (1st stage) can be downloaded from the e-tendering website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7730
For reasons of confidentiality, certain documents required for the submission of a tender (2nd stage) are not accessible to the public on the e-tendering website. These documents will only be provided to candidates invited to tender in the second stage.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 87001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address:
https://www.ombudsman.europa VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Any appeals must be lodged with the General Court of the European Union within two months of the plaintiff being notified or, failing this,of the date 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 VI.5)Date of dispatch of this notice:05/03/2021