Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Non-residential property consultancy, property-related client representation and assistance and ancillary services — EMA/2015/48/IS.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: European Medicines Agency (EMA), 30 Churchill Place, Canary Wharf, London, E14 5EU, UNITED KINGDOM.
NUTS code UKI12 Inner London - East
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Specialist assistance from a property consultant with extensive experience and knowledge of the non-residential commercial property market in the Canary Wharf area of London to act on behalf of the Agency and/or advise the Agency on property matters, to provide client representative services in respect to fitting out or similar property-related projects, to act as an effective liaison between the Agency and fitting-out contractors and related services, either directly or through the appointment of subcontractors as and when required.
II.1.6)Common procurement vocabulary (CPV)70220000 Non-residential property renting or leasing services, 70332000 Non-residential property services, 71315200 Building consultancy services, 71315300 Building surveying services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Agency may exercise the option to increase the estimated contract volume at a later stage by negotiated procedure with the successful tenderer in accordance with Article 134(1)(f) of the rules of application of the general Financial Regulation.
Estimated value excluding VAT: 1 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not applicable.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
All members of the grouping must be jointly and severally liable for the execution of the contract.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: All information required is indicated in the technical specifications which can be downloaded using the link to ‘Electronic access to information’ in point I.1 of this notice.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: All information required is indicated in the technical specifications which can be downloaded using the link to ‘Electronic access to information’ in point I.1 of this notice.
Minimum level(s) of standards possibly required: The minimum financial turnover for tenderers to take part in this procurement procedure is 1 500 000 GBP per annum for each of the last 3 financial years.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
All information required is indicated in the technical specifications which can be downloaded using the link to ‘Electronic access to information’ in point I.1 of this notice.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EMA/2015/48/IS.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate4.11.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
Other: The Agency will accept documentation in any EU language. The Agency prefers, however, to receive all documentation in English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 9.11.2015 - 10:00
Place:
European Medicines Agency, 30 Churchill Place, Canary Wharf, London, E14 5EU, UNITED KINGDOM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Maximum of 1 representative per tenderer is permitted to be present at the opening. For security reasons, tenderers must register within the given deadline (please see the invitation to tender letter) to be allowed to attend the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Please note that only 1 tender may be submitted per tenderer.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1.
If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal.
Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: European Medicines Agency
Postal address: 30 Churchill Place
Town: London
Postal code: E14 5EU
Country: United Kingdom
E-mail: info@ema.europa.eu
Telephone: +44 2036606000
Fax: +44 2036605555
Internet address: http://www.ema.europa.eu/ema/
VI.5)Date of dispatch of this notice:16.9.2015