We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Supplies - 278047-2020

16/06/2020    S115

Denmark-Copenhagen: Supply of Office Furniture and Provision of Ancillary Consultancy Services to the European Environment Agency (EEA)

2020/S 115-278047

Contract notice

Supplies

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Environment Agency
Postal address: Kongens Nytorv 6
Town: Copenhagen K
NUTS code: DK011 Byen København
Postal code: 1050 K
Country: Denmark
Contact person: Olivier Cornu
E-mail: procurement@eea.europa.eu
Internet address(es):
Main address: https://www.eea.europa.eu
Address of the buyer profile: https://www.eea.europa.eu/about-us/tenders
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=6561
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=6561
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Environment

Section II: Object

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

Supply of Office Furniture and Provision of Ancillary Consultancy Services to the European Environment Agency (EEA)

Reference number: EEA/ADS/20/004
II.1.2)Main CPV code
39130000 Office furniture
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The EEA wishes to enter into a framework contract with an experienced service provider to supply and install office furniture and provide on-site technical support and consultancy services, in order to ensure quality and functional working environment is set up in EEA premises. The EEA considers that it will require the supply of a various range of goods and the provision of a various range of services, such as:

— the replacement of existing furniture, including disposal of obsolete furniture;

— the supply of new furniture and accessories suited for an activity based working environment including installation and optimisation;

— the provision of consultancy and design services.

II.1.5)Estimated total value
Value excluding VAT: 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
39150000 Miscellaneous furniture and equipment
79930000 Specialty design services
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

All goods shall be delivered and all services shall be performed at the EEA’s premises located at Kongens Nytorv 6, 1050 Copenhagen K, Denmark, or at the contractor’s own premises depending on needs.

II.2.4)Description of the procurement:

The EEA wishes, on a need-basis, to replace the furniture already in its offices and meeting rooms, such as electrical adjustable desks, drawer units on wheels, bookcases on wheels, ergonomic high and low office chairs on wheels, LED desk lamps, etc. The EEA may also decide to order order additional furniture, other than the ones indicated above, during the contract implementation period. Moreover, the EEA may require related services, such as dismantling and disposal of the current obsolete furniture, assembling and installation of the new items, demonstration of use for the furniture as well as technical support within the warranty period, and maintenance services. Lastly, the Agency is interested in modernising and optimising the office spaces it occupies with a view to provide a working environment better suited to the mission it is entrusted with. It considers therefore the potential transformation of its office spaces into Activity based working environments.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The successful tenderer will be awarded a framework contract for an initial period of 24 months with the possibility of one renewal for another period of 24 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

During 3 years following the entry into force of the original contract the EEA reserves the right to exercise the option of conducting a negotiated procedure without prior publication of a contract notice for new services with the future contractor in accordance with point (f)(i) of the second subparagraph of point 11.1 of Annex I to the Financial Regulation.

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:

As specified in section 2.1 and 2.2.2.1 of the tender specifications.

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
The 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 participate
Date: 20/07/2020
Local time: 14:00
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:
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: 21/07/2020
Local time: 10:00
Place:

At the EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, Denmark.

Information about authorised persons and opening procedure:

The opening session will be carried out electronically. Tenderers (maximum 1 representative per tenderer) are allowed to attend the opening session, provided they register via email to procurement@eea.europa.eu by 17 July 2020 at 16.00.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:

With a view to enable tenderers to submit a tender, the EEA envisages to organise a site visit. Interested tenderers are required to send an email to procurement@eea.europa.eu by 17 June 2020 indicating in the subject line ‘Site visit for EEA/ADS/20/004’ and the name of the person attending. A maximum of one person per tenderer my participate.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: https://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 Avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
Internet address: https://www.ombudsman.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within two months of the notification to the plaintiff (date of receipt), or, in the absence thereof, the day when the person concerned had knowledge of the relevant information, an appeal may be lodged with the Court of Justice of the European Union.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 5-4303-2100
Internet address: https://curia.europa.eu
VI.5)Date of dispatch of this notice:
04/06/2020