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:
Managed Print and Ancillary Services
Reference number: EMA/2019/09/DED
II.1.2)Main CPV code79500000 Office-support services
II.1.3)Type of contractServices
II.1.4)Short description:
The EMA wishes to conclude a framework service contract for the provision of managed print and ancillary services. These should include:
— managed print and ancillary services in the centralised reprographics area,
— overall management of all aspects of services provided including contractor’s on-site personnel,
— provision (supply and maintenance) and management of multifunctional devices,
— collections/delivery of mail and stationery from/to loading bay or relevant point of delivery,
— supply and management of stationery and general printing supplies,
— management of the agency’s postal services,
— business continuity/disaster recovery support.
II.1.5)Estimated total valueValue excluding VAT: 6 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79520000 Reprographic services
79800000 Printing and related services
79570000 Mailing-list compilation and mailing services
30192400 Reprographic supplies
30120000 Photocopying and offset printing equipment
50313000 Maintenance and repair of reprographic machinery
30192000 Office supplies
II.2.3)Place of performanceNUTS code: NL329 Groot-Amsterdam
Main site or place of performance:
II.2.4)Description of the procurement:
See Internet address provided in Section I.3
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 valueValue excluding VAT: 6 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: yes
Description of renewals:
The initial framework contract will have duration of 4 years with 2 possible renewals of 1 year each (4+1+1).
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
See Internet address provided in Section I.3
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 Internet address provided in Section I.3
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.2.2)Contract performance conditions:
See Internet address provided in Section I.3
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:
Estimated life cycle of the equipment
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: 02/05/2019
Local time: 12:00
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: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: 06/05/2019
Local time: 11:00
Place:
European Medicines Agency
Spark building/gebouw
Orlyplein 24
1043 DP Amsterdam
The NETHERLANDS
Information about authorised persons and opening procedure:
See Internet address provided in Section I.3
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
See Internet address provided in Section I.3
VI.4)Procedures for review
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: European Medicines Agency
Postal address: Spark building/gebouw, Orlyplein 24
Town: Amsterdam
Postal code: 1043 DP
Country: Netherlands
E-mail:
info@ema.europa.euTelephone: +31 887816000
Internet address:
http://www.ema.europa.eu VI.5)Date of dispatch of this notice:22/03/2019