There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Supplies - 429674-2019

13/09/2019    S177

Luxembourg-Luxembourg: Operational leasing of buses

2019/S 177-429674

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament
Postal address: Plateau de Kirchberg
Town: Luxembourg
NUTS code: LU0 LUXEMBOURG
Postal code: L-2929
Country: Luxembourg
Contact person: Service de passation des marchés
E-mail: INLO.CFT@ep.europa.eu
Internet address(es):
Main address: www.europarl.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5219
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Operational leasing of buses

Reference number: 06B10/2019/M023
II.1.2)Main CPV code
34121000 Buses and coaches
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The contract is for the operational leasing of buses for a period of 60 months.

The contract is divided into 2 lots:

— lot 1: a 12-13 m long bus,

— lot 2: a 10-11 m long bus.

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,

— registration fees in Belgium, and delivery to Brussels or surrounding areas,

—assistance service, 24 hours a day, 7 days a week,

— assistance and breakdown services (Benelux, France, Germany),

— maintenance and repairs in Brussels, for the duration of the lease,

— change of season tyres (premium brand) and their storage.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Operational leasing of buses

Lot No: 1
II.2.2)Additional CPV code(s)
66114000 Financial leasing services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:

Lot 1: the contract is for the operational leasing of a 12-13 m long bus for a period of 60 months.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Safety options / Weighting: 10
Quality criterion - Name: Comfort options for the passengers / Weighting: 5
Quality criterion - Name: Comfort options for the driver / Weighting: 10
Quality criterion - Name: Facility of maintenance and repair of vehicles / Weighting: 10
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 system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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:

Operational leasing of buses

Lot No: 2
II.2.2)Additional CPV code(s)
66114000 Financial leasing services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:

Lot 2: the contract is for the operational leasing of a 10-11 m long bus for a period of 60 months.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Safety options / Weighting: 10
Quality criterion - Name: Comfort options for the passengers / Weighting: 5
Quality criterion - Name: Comfort options for the driver / Weighting: 10
Quality criterion - Name: Facility of maintenance and repair of vehicles / Weighting: 10
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 system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

Enrolment on the trade or professional register.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

— financial viability, assessed as follows: Positive EBITDA and equity,

— an appropriate level of professional risk insurance according to the practice in the sector concerned.

Minimum level(s) of standards possibly required:

— financial statements (annual report) for the last 2 financial years for which accounts have been closed,

— insurance policy and premium receipts.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

— at least 3 years experience in the provision of vehicle leasing services.

Minimum level(s) of standards possibly required:

— a list of the main references (between 5 to 10 references maximum over the last 3 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 procedure
Open 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/10/2019
Local time: 12:00
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 17/10/2019
Local time: 10:30
Place:

Luxembourg, Plateau de Kirchberg, Konrad Adenauer Building (KAD).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Internet address: http://www.curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: euro-ombudsman@europarl.europa.eu
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official 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:
06/09/2019