Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
NUTS code:
LU000 Luxembourg (Grand-Duché)Postal code: L-2925
Country: Luxembourg
Contact person: Cour de justice de l'Union européenne — «Unité Gestion des bâtiments»
E-mail:
COJ-PRQ-17-019@curia.europa.euTelephone: +352 43032367
Internet address(es): Main address:
https://curia.europa.eu/Address of the buyer profile:
https://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:
Cleaning of buildings and maintenance of green spaces at the Court of Justice of the European Union
Reference number: COJ-PROC-17/019
II.1.2)Main CPV code90911200 Building-cleaning services
II.1.3)Type of contractServices
II.1.4)Short description:
Cleaning of buildings and maintenance of green spaces of all buildings, premises and internal and external surfaces of the Court of Justice of the European Union.
II.1.5)Estimated total valueValue excluding VAT: 19 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)77311000 Ornamental and pleasure gardens maintenance services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg (Grand-Duché)
Main site or place of performance:
Buildings, green spaces, premises and internal and external surfaces of the Court of Justice of the European Union in the Grand Duchy of Luxembourg.
II.2.4)Description of the procurement:
Cleaning of buildings and maintenance of green spaces of all buildings, premises and internal and external surfaces of the Court of Justice of the European Union:
Item 1 – Basic cleaning of premises, hotlines and helpdesk services, and interventions in case of snow and ice;
Item 2 – Various and specific cleaning known as "low frequencies";
Item 3 – Cleaning glazed elements of facades and roofs;
Item 4 – Consumables and dust mats;
Item 5 – Pest control services;
Item 6 – Environmental management;
Item 7 – Green spaces and landscaping of outdoor surfaces;
Item 8 – Services on request.
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: 19 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
The contract will be renewed by tacit agreement for 3 periods of 12 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
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:
The tenderer must have the necessary legal capacity to work in the professional activity referred to in the contract (entry on the relevant trade or professional register, social security registration, VAT registration, residence permit, etc.) in accordance with legislation in the state of residence.
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 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: 29/08/2018
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 06/09/2018
Local time: 10:00
Place:
Court of Justice of the European Union, Rue du Fort Niedergrünewald, plateau de Kirchberg, L-2925 Luxembourg, Luxembourg.
Information about authorised persons and opening procedure:
Persons wishing to participate in the opening of tenders are requested to confirm by e-mail at the address indicated in I.1 no later than 16.7.2018 at 17:00 (local time), and must produce the documentary proof of their capacity to represent the tenderer. Only one person per company may be present.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
Two site visits and briefings are scheduled for 7.8.2018 (10:00) and 9.8.2018 (10:00).
Participation in one of these visits is mandatory in order to submit a tender. Participation in both visits is not permitted.
Persons wishing to participate in the site visit are requested to confirm by e-mail at the address indicated in I.1 no later than 3.8.2018 at 17:00 (local time), and must produce the documentary proof of their capacity to represent the tenderer.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
generalcourt.registry@curia.europa.euFax: +352 4303-2100
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Postal address: Rue Wiertz
Town: Bruxelles
Postal code: 1047
Country: Belgium
Telephone: +33 388172313
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The statutory time frame of the General Court.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Greffe du Tribunal de l'Union européenne
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
generalcourt.registry@curia.europa.euFax: +352 4303-2100
VI.5)Date of dispatch of this notice:11/06/2018