Works - 198253-2019

30/04/2019    S84

Belgium-Brussels: Invitation to tender No. 06D10/2019/SI2KAD-01 —KAD project — lot 81 — sundry works

2019/S 084-198253

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament
Postal address: Rue Wiertz 60
Town: Bruxelles
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1047
Country: Belgium
Contact person: Direction des projets immobiliers
E-mail: INLO.AO.DIR.D@europarl.europa.eu
Internet address(es):
Main address: http://europarl.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=4390
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4390
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Invitation to tender No. 06D10/2019/SI2KAD-01 —KAD project — lot 81 — sundry works

Reference number: 06D10/2019/SI2KAD-01
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

Works contract covering sundry works for lot 81 of the KAD project, in particular finishing works for the 2 phases of the project, namely the east phase (in progress) and the west phase.

II.1.5)Estimated total value
Value excluding VAT: 12 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45400000 Building completion work
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

Finishing and completion works relating to the acceptance of the east and west phases of the KAD project, as well as additional services for the west phase.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 31/12/2023
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: yes
Description of options:

The tender specifications provide for certain options.

II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

The tenderer must be registered in the trade or commercial register, unless it is an international organisation.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/06/2019
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: 25/06/2019
Local time: 10:00
Place:

European Parliament — WIM building Rue Belliard 80 — Brussels, BELGIUM.

Information about authorised persons and opening procedure:

One representative per tenderer.

Section VI: Complementary information

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

A mandatory site visit, without which the tender will not be accepted, will take place on 22.5.2019 at 10.00.

Please refer to the details of how to participate in the invitation to tender documents.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://www.curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Shuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: euro-ombudsman@europarl.europa.eu
Telephone: +33 388172313
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Greffe du tribunal de l'Union européenne
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
24/04/2019