Services - 378665-2015

Display compact view

28/10/2015    S209

Netherlands-The Hague: Cleaning, waste management and sanitary supplies

2015/S 209-378665

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Eurojust
Postal address: Maanweg 174
Town: The Hague
Postal code: 2516 AB
Country: Netherlands
For the attention of: Procurement Sector
E-mail: procurement@eurojust.europa.eu
Telephone: +31 704125649
Fax: +31 704125585

Internet address(es):

General address of the contracting authority: http://www.eurojust.europa.eu/procurement/Pages/ongoing-calls-tender.aspx

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1119

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The 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:
Cleaning, waste management and sanitary supplies.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: The Hague, Netherlands.

NUTS code NL332 Agglomeratie 's-Gravenhage

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 agreement
Framework 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:
Range: between 0,01 and 1 860 000 EUR
II.1.5)Short description of the contract or purchase(s)
The cleaning contract will be a multi-services contract which includes:
— regular cleaning services,
— on-demand cleaning services,
— additional cleaning services,
— window cleaning inside,
— provision of hygienic/sanitary supplies and all consumables,
— waste management including the collection and the external processing of all recycling, including destruction of confidential items,
— pest control,
— indoor green facilities (optional).
II.1.6)Common procurement vocabulary (CPV)

90910000 Cleaning services, 33700000 Personal care products, 42968200 Sanitary dispensing machines, 42968300 Toilet-roll dispenser system

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
As indicated in the procurement documents.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As indicated in the procurement documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As indicated in the procurement documents.
Minimum level(s) of standards possibly required: As indicated in the procurement documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As indicated in the procurement documents.
Minimum level(s) of standards possibly required:
As indicated in the procurement documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: As indicated in the procurement documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2015/EJ/11/PR.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 26.11.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.11.2015
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 up
Any EU official language
Other: Tenders must be submitted in one of the official languages of the European Union. Considering that Eurojust's working language is English, Eurojust would highly appreciate receiving tenders in English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of notification to the plaintiff or, in absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: Eurojust
Postal address: PO Box 16183
Town: The Hague
Postal code: 2500 AB
Country: Netherlands
Internet address: http://www.eurojust.europa.eu

VI.5)Date of dispatch of this notice:
16.10.2015