Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: Court of Justice of the European Union, Direction générale de l’administration, Direction des bâtiments et de la sécurité
Postal address: Service du courrier officiel
Town: Luxembourg
NUTS code:
LU000 LuxembourgPostal code: L-2925
Country: Luxembourg
Contact person: M. Didier Urbain, chef de l'Unité Gestion des bâtiments
E-mail:
DBS-marches-publics@curia.europa.euInternet address(es): Main address:
https://www.curia.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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply and installation of signage products for the Court of Justice of the European Union
Reference number: COJ-PROC-22/023
II.1.2)Main CPV code44423400 Signs and related items
II.1.3)Type of contractSupplies
II.1.4)Short description:
The object of the contract is the manufacture, supply, installation and removal of various signage elements in the buildings of the Court of Justice of the European Union.
II.1.5)Estimated total valueValue excluding VAT: 201 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)45316200 Installation of signalling equipment
II.2.3)Place of performanceNUTS code: LU Luxembourg
Main site or place of performance:
Grand Duchy of Luxembourg.
II.2.4)Description of the procurement:
The object of this contract aims to:
— graphic design and layout of signage elements, including evacuation plans, as well as the modification of existing signage elements;
— production and transmission of print proofs for approval, and/or supply of proofs in the form of digitised CAD files of the PDF, JPEG, DWG, DXF type, or others to be specified;
— manufacture, supply, delivery and installation;
— protection throughout the duration of work sites from their direct environment by a sufficiently resistant material, in order to avoid any degradation;
— final cleaning of the signage elements and the site (direct environment: floors, walls, ceilings, etc.);
— preparation of as-built files;
—services on a time and means basis for a qualified signage technician.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 201 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The initial period of the framework contract is of twelve months, with three tacit annual renewals, each for a period of twelve months.
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
Two on-site visits are scheduled for 2 and 3 May 2023 at 10.00.
Participation in one of the visits is mandatory in order to submit a tender, and tenders from economic operators who have not taken part in either of the site visits will be rejected. Tenderers may only attend one of these visits.
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 consult the 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
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 22/05/2023
Local time: 23:59
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 24/05/2023
Local time: 10:00
Place:
Rue du Fort Niedergrünewald, L-2925 Luxembourg, LUXEMBOURG.
Information about authorised persons and opening procedure:
Only one representative per tenderer will be admitted.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 87001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address:
https://www.ombudsman.europa VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Any appeals must be lodged with the General Court of the European Union within two 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 VI.5)Date of dispatch of this notice:12/04/2023