Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityPublic order and safety
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of office furniture.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Main site or location of works, place of delivery or of performance: The Hague, Netherlands.
NUTS code NL332 Agglomeratie 's-Gravenhage
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 years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0,01 and 2 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The scope of this restricted procurement procedure is a delivery of the office furniture for the new premises of Eurojust.
The new contract will be used to purchase specifically the office workplace furniture for Eurojust. Office furniture is defined as furniture inside the offices; therefore, furniture in the semi-public and representative areas (e.g., meeting rooms, restaurant area, etc.) is excluded from this procurement procedure.
This procurement procedure is divided into 2 lots:
lot 1: office furniture (excluding desk chairs);
lot 2: desk chairs.
Please see invitation to apply for more information.
II.1.6)Common procurement vocabulary (CPV)39110000 Seats, chairs and related products, and associated parts, 39130000 Office furniture, 39150000 Miscellaneous furniture and equipment
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: yes
Tenders may be submitted for one or more lots
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:Estimated value excluding VAT:
Range: between 0,01 and 2 000 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Office furniture (excluding desk chairs)1)Short description
Office furniture (excluding desk chairs) as indicated in the procurement documents.
2)Common procurement vocabulary (CPV)39130000 Office furniture, 39150000 Miscellaneous furniture and equipment
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Desk chairs1)Short description
Desk chairs as indicated in the procurement documents.
2)Common procurement vocabulary (CPV)39110000 Seats, chairs and related products, and associated parts
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As indicated in the procurement documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As indicated in the procurement documents.
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: As indicated in the procurement documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As indicated in the procurement documents.
Minimum level(s) of standards possibly required: As indicated in the procurement documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As indicated in the procurement documents.
Minimum level(s) of standards possibly required:
As indicated in the procurement documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: As indicated in the procurement documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2015/EJ/06/PR.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 9.6.2015 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate9.6.2015 - 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
Other: Applications must be submitted in one of the official languages of the European Union. Considering that Eurojust's working language is English, Eurojust would highly appreciate receiving applications in English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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
Candidates can download the procurement documents and any additional information from the e-tendering website. It is the candidate's responsibility to check for updates and modifications during the procurement procedure.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address: http://curia.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of notification to the plaintiff or, in absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:29.4.2015