Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Cleaning services for the premises of the EU-House in Budapest, Hungary
Reference number: PR/2018-11-INF/BUD
II.1.2)Main CPV code90910000 Cleaning services
II.1.3)Type of contractServices
II.1.4)Short description:
The European Commission Representation in Hungary, acting also on behalf of the European Parliament Information Office, is looking for cleaning services for the EU-House premises in Budapest, Lövőház utca 35, 1024 – Budapest, Hungary.
II.1.5)Estimated total valueValue excluding VAT: 140 000.00 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
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
European Commission.
Directorate General Communication, Representation in Hungary.
Lövőház utca 35.
1024 – Budapest
Hungary.
II.2.4)Description of the procurement:
Cleaning services for the EU-House in Budapest, Hungary, including standard cleaning services, extra cleaning services, collection and removal of waste and supplies.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 35 000.00 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:
The contract maybe renewed up to 3 times for a maximum of 4 years.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:
The number of candidates is not limited.
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:
Tenders may be submitted by groupings of service providers who will not be required to adopt a specificlegal form prior to the contract being awarded. If a grouping is awarded the contract, it may have to take on a particular legal form if this is necessary in order to be responsible for the receipt of processing of payments for members of the grouping as well as for management and coordination of the service.
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:
Payment for services (standard services plus extra services) will be made every month in the manner set out in the draft contract, on presentation of a proper invoice drawn up in conformity with national law and all substatiating documents mentioning the services performed during the month in question,notably the written request of the contracting authority for exceptional extra services.
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 procedureRestricted 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: 09/07/2018
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 18/07/2018
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
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 Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: General Court of the Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:23/05/2018