Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from 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:
Cleaning services at the JRC headquarters in Seville
Reference number: JRC/SVQ/2019/OP/0718
II.1.2)Main CPV code90910000 Cleaning services
II.1.3)Type of contractServices
II.1.4)Short description:
The contract involves the provision of cleaning services for the JRC-Seville building.
The invitation to tender covers the following services:
(a) Regular maintenance cleaning in the building;
(b) Extraordinary cleaning services;
(c) Replenishment of consumables;
(d) Urban waste management.
II.1.5)Estimated total valueValue excluding VAT: 435 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)90911200 Building-cleaning services
90919200 Office cleaning services
II.2.3)Place of performanceNUTS code: ES618 Sevilla
Main site or place of performance:
C/ Inca Garcilaso 3, edificio Expo, 41092 Sevilla, SPAIN.
II.2.4)Description of the procurement:
The contract involves the provision of cleaning services for the offices and technical spaces in the facilities leased by the JRC-Seville at the Expo building (c/ Inca Garcilaso 3, 41092 Sevilla, SPAIN), with an estimated initial surface of 8 000 m2 and 3 000 m2 of interior glazing.
The invitation to tender covers the following services:
(a) Regular maintenance cleaning, with daily, weekly, monthly and annual schedules;
(b) Extraordinary cleaning services and incident resolution;
(c) Replenishment of consumables;
(d) Urban waste management, both bulky trash (packaging, furniture) and hazardous (electronic equipment, medical service).
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 435 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
This framework contract is concluded for a period of 12 months and may be automatically renewed 3 times for a period of 12 months each time.
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: yes
Identification of the project:
See internet address provided in Section I.3).
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
Accelerated procedure
Justification:
The framework contract shall enter into force on 1.7.2019.
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: 11/04/2019
Local time: 16:00
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: 12/04/2019
Local time: 10:00
Place:
C/ Inca Garcilaso 3, edificio Expo, 41092 Sevilla, SPAIN.
Information about authorised persons and opening procedure:
See the “Invitation to tender” document available at the internet address provided in Section I.3).
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:
A site visit is planned at the following address: c/ Inca Garcilaso 3, edificio Expo, 41092 Sevilla, SPAIN. The date of the visit is indicated in the “Invitation to tender” document available at the internet address provided in Section I.3).
In accordance with point 11.1(e) of the Annex I to the Regulation (EU, Euratom) 2018/1046 of the European Parliament and of the Council of 18 July 2018 on the financial rules applicable to the general budget of the Union, the Commission may enter into negotiated procedures with the successful tenderers of this tender for new services consisting in the repetition of similar services to those in this notice.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3).
VI.5)Date of dispatch of this notice:22/03/2019