Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Union Agency for Railways
Postal address: 120 rue Marc Lefrancq
Town: Valenciennes
NUTS code:
FRE1 Nord-Pas de CalaisPostal code: 59300
Country: France
Contact person: M. Thomas Borriello
E-mail:
procurement@era.europa.euTelephone: +33 327096501
Internet address(es): Main address:
http://www.era.europa.eu/ 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 authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Railways
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Cleaning services, maintenance of green spaces and prevention services
Reference number: ERA 2019 05 OP
II.1.2)Main CPV code90919200 Office cleaning services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this invitation to tender is to enter into a framework service contract for multi-service cleaning, maintenance of green spaces and prevention, detection and destruction of pests for a period of 12 months, renewable 3 times. This invitation to tender will be awarded in the form of a cascade framework service contract with a maximum of 3 economic operators, subject to a sufficient number of compliant tenders. The contract is not divided into lots. The tenderer must therefore be able to provide all the services listed above.
II.1.5)Estimated total valueValue excluding VAT: 550 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: FRE11 Nord
Main site or place of performance:
Valenciennes and Lille (France).
II.2.4)Description of the procurement:
The purpose of this invitation to tender is to enter into a framework service contract for multi-service cleaning, maintenance of green spaces and prevention, detection and destruction of pests for a period of 12 months, renewable 3 times. This invitation to tender will be awarded in the form of a cascade framework service contract with a maximum of 3 economic operators, subject to a sufficient number of compliant tenders. The contract is not divided into lots. The tenderer must therefore be able to provide all the services listed above.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 550 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
A maximum of 3 tacit renewals.
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:
Please consult the specifications.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Selection 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 system
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: 04/11/2019
Local time: 11:00
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, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 04/11/2019
Local time: 14:30
Place:
Valenciennes (agency premises).
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Court of Justice of the European Union
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 43031
VI.5)Date of dispatch of this notice:13/09/2019