Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Eurofound — European Foundation for the Improvement of Living and Working Conditions
Postal address: Wyattville Road
Town: Dublin
NUTS code:
IE021 DublinPostal code: D18 KP65
Country: Ireland
Contact person: Ms Lidia Jankowska
E-mail:
OSUTenders@eurofound.europa.euTelephone: +353 12043100
Fax: +353 12826456
Internet address(es): Main address:
http://www.eurofound.europa.eu 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 activityOther activity: Social policy.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of fire alarm system for Eurofound.
Reference number: 161902/4073.
II.1.2)Main CPV code45312100 Fire-alarm system installation work
II.1.3)Type of contractServices
II.1.4)Short description:
The supply, installation, testing and commissioning for new fire alarm system upgrade to be installed at Eurofound, Wyattville Road, Loughlinstown, Dublin 18, IRELAND.
II.1.5)Estimated total valueValue excluding VAT: 150 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: IE021 Dublin
Main site or place of performance:
Eurofound's premises in Dublin, Ireland.
II.2.4)Description of the procurement:
The supply, installation, testing and commissioning for new fire alarm system upgrade to be installed at Eurofound, Wyattville Road, Loughlinstown, Dublin 18, IRELAND. Please refer to part B of the procurement documents — tender specifications for further details.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 150 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 3
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
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:
Please refer to part B and part E of the procurement documents: tender specifications and technical specifications.
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:
Please refer to part B and part E of the procurement documents: tender specifications and technical specifications.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 system
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: 11/07/2016
Local time: 17:00
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: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 18/07/2016
Local time: 11:00
Place:
Room LH4 at Eurofound's premises in Dublin.
Information about authorised persons and opening procedure:
1 person representing the tenderer may be present at the opening; participation will be restricted to an observer role. Please advise Ms Lidia Jankowska in advance if you intend to be present at the opening of tenders.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
CFI.Registry@curia.europa.euTelephone: +352 4303
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:27/05/2016