Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of specialized transport services for museum objects
II.1.2)Main CPV code60100000 Road transport services
II.1.3)Type of contractServices
II.1.4)Short description:
The services the House of European History in Brussels, Belgium, is requesting concern all or part of the services below:
1) Planning of the transport to and from the HEH,
2) Packing of the objects,
3) Specialised transport services,
4) Courier Handling services,
5) Related services (custom clearance, ...).
II.1.5)Estimated total valueValue excluding VAT: 1 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Small scale projects / Transportation in Mainland Europe
Lot No: 1
II.2.2)Additional CPV code(s)60100000 Road transport services
60420000 Non-scheduled air transport services
63120000 Storage and warehousing services
63712000 Support services for road transport
63524000 Transport document preparation services
79223000 Custom broker services
63521000 Freight transport agency services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
— Transport arrangements involving small-scale projects, and/or
— Transportation in mainland Europe.
These are:
—— simple point-to-point transportation,
—— transportation between different HEH sites,
—— a small exhibition.
Transportation shall involve some planning, scheduling considerations and occasional coordination of accompanying lender couriers.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: See Specifications (maximum 100 points) / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated valueValue excluding VAT: 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The total duration of the contract shall be initially 1 year renewable 3 times for 1 year to a maximum duration of 4 years.
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
II.2)Description
II.2.1)Title:
Larger scale projects / Mainland Europe and worldwide Transportation
Lot No: 2
II.2.2)Additional CPV code(s)60100000 Road transport services
60420000 Non-scheduled air transport services
63120000 Storage and warehousing services
63524000 Transport document preparation services
63712000 Support services for road transport
79223000 Custom broker services
63521000 Freight transport agency services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
Worldwide to and from Brussels
II.2.4)Description of the procurement:
— Transport arrangements involving road, sea or airfreight for larger-scale one-off transportation,
or
— Exhibition projects such as international loans, involving a high number of couriers, months of detailed advanced planning, security measures and scheduling considerations.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: See Specifications (maximum 100 points) / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The total duration of the contract shall be initially 1 year renewable 3 times for 1 year to a maximum duration of 4 years.
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:
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 18/09/2019
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: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: 19/09/2019
Local time: 10:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
In 4 years.
The total duration of the contract shall be initially 1 year renewable 3 times for 1 year to a maximum duration of 4 years.
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the Court of Justice of the European Union
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
GeneralCourt.Registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2600
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Town: Strasbourg
Country: France
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: General Court of the Court of Justice of the European Union
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail:
GeneralCourt.Registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2600
VI.5)Date of dispatch of this notice:25/07/2019