Usługi - 483174-2017

02/12/2017    S232

Bulgaria-Sofia: Cleaning services for the premises of the EU House in Sofia, Bulgaria

2017/S 232-483174

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission Representation in Bulgaria
Postal address: G. S. Rakovski Street 124
Town: Sofia
NUTS code: BG411 Sofia (stolitsa)
Postal code: 1000
Country: Bulgaria
Contact person: Head of Administration
E-mail: COMM-REP-SOF-TENDERS@ec.europa.eu
Telephone: +359 29335252
Fax: +359 29335233
Internet address(es):
Main address: https://ec.europa.eu/bulgaria/
Address of the buyer profile: http://ec.europa.eu/dgs/communication/contracts-and-grants/contracts/representations/index_en.htm
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3086
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3086
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3086
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:

Cleaning services for the premises of the EU House in Sofia, Bulgaria.

Reference number: PR/2017-16-INF/SOF.
II.1.2)Main CPV code
90910000 Cleaning services
II.1.3)Type of contract
Services
II.1.4)Short description:

The European Commission Representation in Bulgaria, acting also on behalf of the European Parliament Information Office, is looking for cleaning services for the EU House premises in G. S. Rakovski Street 124, 1000 Sofia, BULGARIA.

II.1.5)Estimated total value
Value excluding VAT: 300 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
90911200 Building-cleaning services
II.2.3)Place of performance
NUTS code: BG411 Sofia (stolitsa)
Main site or place of performance:

European Commission, Directorate-General for Communication, Representation in Bulgaria, G. S. Rakovski Street 124, 1000 Sofia, BULGARIA.

II.2.4)Description of the procurement:

Cleaning services for the EU House in Sofia, Bulgaria, including standard cleaning services, extra cleaning services, collection and removal of waste and supplies.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 60 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The contract may be renewed up to 4 times for a maximum of 5 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:

The number of candidates is not limited.

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:

Tenders may be submitted by groupings of service providers who will not be required to adopt a specific legal form prior to the contract being awarded. If a grouping is awarded the contract, it may have to take on a particular legal form if this is necessary in order to be responsible for the receipt of processing of payments for members of the grouping as well as for management and coordination of the service.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Payment for services (standard services plus extra services) will be made every month in the manner set out in the draft contract, on presentation of a proper invoice drawn up in conformity with national law and all substantiating documents mentioning the services performed during the month in question, notably the written request of the contracting authority for exceptional extra services.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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 participate
Date: 03/01/2018
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 22/01/2018
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: 9 (from the date stated for receipt of tender)

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: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court of the Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
22/11/2017