Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Banque centrale du Luxembourg
Postal address: 2 boulevard Royal
Town: Luxembourg
NUTS code:
LU LUXEMBOURG (GRAND-DUCHÉ)Postal code: 2983
Country: Luxembourg
Contact person: Section Achats
E-mail:
soumission@bcl.luInternet address(es): Main address:
http://www.bcl.luAddress of the buyer profile:
http://www.marches.public.lu I.1)Name and addressesOfficial name: Banca Nationala a Romaniei
Postal address: 25 Strada Lipscani
Town: Bucure?ti
NUTS code:
RO ROMANIAPostal code: 03003
Country: Romania
E-mail:
soumission@bcl.luInternet address(es): Main address:
http://www.bnro.ro/Home.aspx I.1)Name and addressesOfficial name: Banco de Portugal
Postal address: 148 Rua do Comércio
Town: 1100-150 Lisboa
NUTS code:
PT PORTUGALPostal code: PT
Country: Portugal
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://www.bportugal.pt/ I.1)Name and addressesOfficial name: Banka Slovenije
Postal address: 35 Slovenska
Town: Ljubljana
NUTS code:
SI SLOVENIJAPostal code: 1505
Country: Slovenia
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://www.bsi.si/ I.1)Name and addressesOfficial name: Central Bank of Ireland
Postal address: New Wapping Street, North Wall Quay
Town: D01 F7X3 Dublin 1
NUTS code:
IE IRELANDPostal code: IE
Country: Ireland
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://www.centralbank.ie/ I.1)Name and addressesOfficial name: Croatian National Bank
Postal address: 3 Trg hrvatskih velikana
Town: Zagreb
NUTS code:
HR HRVATSKAPostal code: 10000
Country: Croatia
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://www.hnb.hr/ I.1)Name and addressesOfficial name: Latvijas Banka
Postal address: 2A K Valdemara
Town: Riga
NUTS code:
LV LATVIJAPostal code: 1050
Country: Latvia
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://www.bank.lv/en I.1)Name and addressesOfficial name: Bank of Lithuania
Postal address: 6 Gedimino pr
Town: Vilnius
NUTS code:
LT LIETUVAPostal code: 01103
Country: Lithuania
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://www.lb.lt/en/ I.1)Name and addressesOfficial name: Narodna banka Slovenska
Postal address: 1 Imricha Karvasa
Town: Bratislava
NUTS code:
SK SLOVENSKÁ REPUBLIKAPostal code: 81325
Country: Slovakia
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://nbs.sk/en/home I.1)Name and addressesOfficial name: Oesterreichische Nationalbank
Postal address: 3 Otto-Wagner-Platz
Town: Vienna
NUTS code:
AT ÖSTERREICHPostal code: 1090
Country: Austria
E-mail:
soumission@bcl.luInternet address(es): Main address:
https://www.oenb.at/en/ I.1)Name and addressesOfficial name: Other entitled participating institutions (see section 1.2 of the ITT)
Postal address: 2 Boulevard Royal
Town: Luxembourg
NUTS code:
LU LUXEMBOURG (GRAND-DUCHÉ)Postal code: 2983
Country: Luxembourg
E-mail:
soumission@bcl.luInternet address(es): Main address:
http://www.epco.lu/links.php I.2)Information about joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
Luxembourgish law and Grand Ducal Regulation of 8.4.2018 on public procurement, and decision of the ECB of 17.11.2008 for joint Eurosystem procurement (see section 1.4) of the ITT)
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 authorityBody governed by public law
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of IT Equipment and Services
Reference number: 1800842
II.1.2)Main CPV code30200000 Computer equipment and supplies
II.1.3)Type of contractSupplies
II.1.4)Short description:
Award of a multi-supplier framework-agreement with cascade and reopening of competition for the acquisition of IT equipments as specified in the sections 1.3), 2.2), 4.5.2), 4.6.1), 4.6.2) and 5.7) of the ITT (including notebooks, laptop computers, tablet computers, servers, desktop computers, monitors, LED TVs, printers, video conference tools, LAN and SAN switches, mobile equipment, beamers, magnetic tapes, IT furnitures) and related services (including warranty, disk retention, technical intervention, onsite installation, recycling, device customisation)
II.1.5)Estimated total valueValue excluding VAT: 33 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)30200000 Computer equipment and supplies
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Main site or place of performance:
Premises of the participating institutions, see Annex 5.12 of the ITT, and the relevant Orders
II.2.4)Description of the procurement:
Award of a multi-supplier framework-agreement with cascade and reopening of competition for the acquisition of IT equipments as specified in the sections 1.3), 2.2), 4.5.2), 4.6.1), 4.6.2) and 5.7) of the ITT (including notebooks, laptop computers, tablet computers, servers, desktop computers, monitors, LED TVs, printers, video conference tools, LAN and SAN switches, mobile equipment, beamers, magnetic tapes, IT furnitures) and related services (including warranty, disk retention, technical intervention, onsite installation, recycling, device customisation)
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Availability of the products and quality of the standard and additional services (delivery, transport and other standard or additional services) / Weighting: 24
Quality criterion - Name: Quality of the contract management by the contractor / Weighting: 14
Quality criterion - Name: Presentation of the technical offer / Weighting: 2
Cost criterion - Name: Financial evaluation CB-Reference Catalogue (except recycling and additional warranty) / Weighting: 25
Cost criterion - Name: Financial evaluation Public General Catalogue / Weighting: 15
Cost criterion - Name: Contractors' commitment on a benchmark price definition / Weighting: 8
Cost criterion - Name: Trade-in price for recycling / Weighting: 5
Cost criterion - Name: Additional services (warranty included) / Weighting: 7
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The Framework Agreement shall become effective on the date of its signature by both Contracting Parties and shall remain in force for a duration of two (2) years with the possibility of two (2) renewals for a maximum period of one (1) year each or, until terminated, in accordance with Article 20 of the Framework Agreement or any statutory provision.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2)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 several operators
Envisaged maximum number of participants to the framework agreement: 2
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: 05/09/2018
Local time: 10:00
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
IV.2.7)Conditions for opening of tendersDate: 05/09/2018
Local time: 10:00
Place:
Banque centrale du Luxembourg Section Achats 2, boulevard Royal L-2983 Luxembourg
Information about authorised persons and opening procedure:
Any Tenderer who wishes to attend the opening of the tenders must give prior notice, 10 working days in advance of the date of the opening to: Banque centrale du Luxembourg Section Achats 2, boulevard Royal L-2983 Luxembourg Email: soumission@bcl.lu Representatives of the Tenderers are required to bring an identity document.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Banque centrale du Luxembourg (BCL) is procuring for its benefit and to the benefit of the participating institutions listed in Section 1.2) of the Invitation To Tender (ITT) ref. CAHCHARG/2018/077. Conditions to participate: According to the conditions laid down in Section 3 of the ITT ref. CAHCHARG/2018/077. Following the publication of the contract notice in the Official Journal of the European Union, an electronic version of the tender documents is made available to the tenderers via the Luxembourg public procurement portal www.marches.public.lu For further instructions on how to obtain the tender documents, please write a message to soumission@bcl.lu Deadline for receipt of tenders: 5.9.2018 at 10:00 (CET) Public opening of tenders: 5.9.2018 at 10:00 (CET)
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Tribunal administratif du Luxembourg
Town: Luxembourg
Country: Luxembourg
VI.4.2)Body responsible for mediation proceduresOfficial name: Le médiateur du Grand-Duché du Luxembourg
Town: Luxembourg
Country: Luxembourg
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Banque centrale du Luxembourg
Postal address: 2 boulevard Royal
Town: Luxembourg
Postal code: 2983
Country: Luxembourg
E-mail:
soumission@bcl.lu VI.5)Date of dispatch of this notice:27/06/2018