Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament
Postal address: Plateau de Kirchberg
Town: Luxembourg
NUTS code:
LU0 LuxembourgPostal code: L-2929
Country: Luxembourg
Contact person: Service de passation des marchés
E-mail:
INLO.CFT@ep.europa.euInternet address(es): Main address:
www.europarl.europa.eu I.3)CommunicationAdditional information can be obtained from 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:
Long-term rental of four buses (25 to 30 seats)
Reference number: 06B10/2022/M015
II.1.2)Main CPV code34121000 Buses and coaches
II.1.3)Type of contractSupplies
II.1.4)Short description:
The contract is for a long-term rental (four years: 375 000 km, possibly extendable to five years: 450 000 km) for four buses (with 25 to 30 seats), to be registered and delivered to Luxembourg, without a purchase option.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)66114000 Financial leasing services
II.2.3)Place of performanceNUTS code: LU0 Luxembourg
Main site or place of performance:
II.2.4)Description of the procurement:
The rental must include the following services:
— depreciation, net of the residual value calculated for the respective mileage;
— administrative and management costs of the leasing contract;
— costs of registration and delivery to Luxembourg;
— circulation taxes;
— assistance service, 24/7;
— assistance and breakdown services (Benelux, France, Germany);
— maintenance and servicing throughout the duration of the lease (Belgium, Luxembourg, France);
— repairs throughout the duration of the lease (Belgium, Luxembourg, France);
— change of season tyres (premium brand) and their storage.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Safety options / Weighting: 10
Quality criterion - Name: Comfort options / Weighting: 5
Quality criterion - Name: Facility of maintenance and repair of vehicles / Weighting: 20
Quality criterion - Name: Ecological aspects / Weighting: 5
Price - Weighting: 60
II.2.6)Estimated value
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:
Enrolment on the trade or professional register.
III.1.2)Economic and financial standingList and brief description of selection criteria:
— minimum annual turnover of EUR 400 000 (cumulative in the event of a group) achieved in the field concerned by the contract (vehicle leasing) for the last two financial years for which accounts have been closed;
— valid occupational risk insurance.
Minimum level(s) of standards possibly required:
— the financial statements (balance sheets, profit and loss accounts and any other related financial information) or extracts thereof relating to the last two financial years; in the case of a group, a copy of the accounts must be provided for each member of the group;
— proof of occupational risk insurance cover.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
— at least three years experience in the provision of vehicle leasing services (preferably for buses)
Minimum level(s) of standards possibly required:
— a list of the main references (between five to ten references maximum over the last three years) for leasing contracts, preferably for buses, or otherwise for the leasing of vehicles
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: 21/06/2022
Local time: 11:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 21/06/2022
Local time: 14:30
Place:
European Parliament, plateau de Kirchberg, boulevard Konrad Adenauer, L-2929, Luxembourg, LUXEMBOURG.
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 procedures VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Greffe du tribunal de l'Union européenne
Town: Luxembourg
Country: Luxembourg
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:18/05/2022