Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament
Postal address: rue Wiertz 60
Town: Bruxelles
NUTS code:
BE BELGIQUE-BELGIËPostal code: 1047
Country: Belgium
Contact person: unité des contrats et marchés publics
E-mail:
INLO.AO-BRU@europarl.europa.euInternet address(es): Main address:
http://europarl.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following 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:
Framework contract for maintenance and repair services for the finishings of the European Parliament's buildings in Brussels.
Reference number: 06A50/2016/M014.
II.1.2)Main CPV code50000000 Repair and maintenance services
II.1.3)Type of contractServices
II.1.4)Short description:
Contract for maintenance and repair services for the finishings of the European Parliament's buildings in Brussels, in the following technical fields: wood joinery, interior structures and coverings.
II.1.5)Estimated total valueValue excluding VAT: 15 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
Contract for maintenance and repair services for the finishings of the European Parliament's buildings in Brussels, in the following technical fields: wood joinery, interior structures and coverings.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: quality / Weighting: 30
Cost criterion - Name: cost / Weighting: 70
II.2.6)Estimated valueValue excluding VAT: 15 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: 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:
entry in the professional or trade register and/or specific authorisation in the country of residence, or membership of a professional organisation.
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.2.3)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 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: 10/10/2016
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: 18/10/2016
Local time: 09:30
Place:
rue Montoyer 70, Brussels.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
A mandatory site visit will be held on 1.9.2016 (10:00).
The meeting point is the entrance to the accreditation centre of the Altiero Spinelli Building in Brussels (see the map appended to this document).
Any economic operator obtaining the invitation to tender documents concerning this contract may take part in the site visit. In any event, economic operators wishing to take part should send an e-mail to the address given below, 2 working days before the visit, with details of the company name and the name, position, identity card number and date of birth of the participants. Representatives must carry a valid identity document.
inlo.ao-bru@ep.europa.eu
Up to 2 representatives per economic operator may attend. At least 1 representative per economic operator must attend, on pain of exclusion.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:11/07/2016