Services - 171643-2019

12/04/2019    S73

Luxembourg-Luxembourg: Maintenance of catering, kitchen, cafeteria and laundry equipment for collective and protocol catering

2019/S 073-171643

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: L-1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4665
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Maintenance of catering, kitchen, cafeteria and laundry equipment for collective and protocol catering

Reference number: AO 684
II.1.2)Main CPV code
50883000 Repair and maintenance services of catering equipment
II.1.3)Type of contract
Services
II.1.4)Short description:

There are 2 types of services to be provided:

— preventive and corrective maintenance services to be provided throughout the duration of the contract (see Part B, point 3.1 of the specifications),

— supplementary maintenance services for additional equipment and/or modification or replacement of existing equipment (see Part B, point 3.2 of the specifications).

II.1.5)Estimated total value
Value excluding VAT: 390 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
50882000 Repair and maintenance services of restaurant equipment
II.2.3)Place of performance
NUTS code: LU00 Luxembourg
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

Depending on the type of equipment, the tenderer’s obligations will relate to all or some of the following services and supplies:

— all preventive maintenance operations for the installations,

— all corrective maintenance operations for the installations,

— all dismantling/reassembly services,

— all additional supplies of spare parts, consumables and equipment,

— all supplementary maintenance services for additional equipment and/or modification or replacement of existing equipment,

— all assistance services for environmental management,

— assistance during periodic inspections undertaken by the approved body.

These services and supplies are to be provided throughout the duration of the contract, according to the Court’s needs.

The preventive and corrective maintenance services (including assistance with environmental management and assistance during periodic inspections) are fixed-rate services listed on a fixed price basis as described in Part B point 3.1 of the specifications. The supplementary services and supplies (described in Part B point 3.2 of the specifications) which may arise during the course of the contract will be subject to a separate invoice, as described in Part B point 6 of the specifications.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 390 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

General budget of the European Union.

II.2.14)Additional information

A site visit is planned for 17.4.2019 (15:00) at the following address: 12, rue Alcide de Gasperi, L-1615 Luxembourg-Kirchberg, LUXEMBOURG. If the date is not convenient, tenderers may put forward another date, although the date for submission of the tender cannot be modified. Please confirm your attendance by e-mail to eca-procurement.service@eca.europa.eu at the latest by 14:00 of the day before the visit.

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 registers
List and brief description of conditions:

Tenderers must be registered in the professional register or the trade register under the conditions laid down by the legislation of the country in which the tenderer is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

a) the average turnover over the past three years (2015-2016-2017) for the services to which the contract refers must exceed 195 000 EUR;

b) a copy of the insurance policies covering the occupational risk in relation to the type of services covered by this contract. The insurance covering the occupational risk must at least meet the requirements set out in point 1.4. of Part B of the specifications. The tenderer must be able to provide proof that it has insurance(s) covering any damage caused by its staff, contractors and/or subcontractors to the building, the installations and/or the staff of the Court throughout the duration of the provision of services.

Minimum level(s) of standards possibly required:

a) the average turnover over the past three years (2015-2016-2017) for the services to which the contract refers must exceed 195 000 EUR;

b) a copy of the insurance policies covering the occupational risk in relation to the type of services covered by this contract.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

a) the tenderer must have at least 3 years' experience in performing services similar to those that are the subject of the contract, and must provide the proof described in Part A point 8.3 of the specifications;

b) the tenderer must have, on a continuous basis over the last 3 years, professionals in the fields covered by the contract, with the skills and professional experience to carry out the services concerned;

c) the tenderer, or one of its sub- or co-contractors, must be registered with the Luxembourg environmental authorities for the transport of waste.

Minimum level(s) of standards possibly required:

a) the references for the 3 maintenance contracts must have a value of more than 60 000 EUR per year / per contract;

b) team: contract manager + substitute, 2 technicians and 2 refrigeration technicians with a level of training and professional experience as described in Part A point 8.3 of the specifications;

c) copy of the registration or application for registration for the transport of waste.

III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

Refrigeration technicians must hold a valid category 1 certificate in refrigeration technology, in application of the 2015/2076 regulation.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participate
Date: 10/05/2019
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:
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/05/2019
Local time: 10:00
Place:

12, rue Alcide de Gasperi à L-1615 Luxembourg-Kirchberg, LUXEMBOURG.

Information about authorised persons and opening procedure:

Tenderers or their representative wishing to attend the opening of tenders should confirm this in writing (email: eca-procurement.service@eca.europa.eu, at the latest by

15.5.2019, before 14:00 and must produce their authorisation to represent their company or the consortium.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Any additional information will be sent via the ‘e-Tendering’ platform. Any request for additional information must be made in writing solely via the eTendering website at (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4665) in the ‘Questions and Answers’ tab, by clicking on ‘Create a question’.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 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
Official name: European Court of Auditors, Service des appels d'offres et contrats
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-45540
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
01/04/2019