Services - 483710-2018

03/11/2018    S212

Luxembourg-Luxembourg: Automobile driving training services for drivers of European institutions in Brussels and Luxembourg

2018/S 212-483710

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Court of Justice of the European Union
Postal address: Service du courrier officiel
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: L-2925
Country: Luxembourg
Contact person: Mme Birgitte Jansson
E-mail: AO_chauffeurs@curia.europa.eu
Internet address(es):
Main address: http://curia.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=4159
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:

Automobile driving training services for drivers of European institutions in Brussels and Luxembourg

Reference number: COJ-PROC-17/024
II.1.2)Main CPV code
80511000 Staff training services
II.1.3)Type of contract
Services
II.1.4)Short description:

The services to be provided consist in training drivers of European institutions holding a B permit. Excluded are training courses relating to driving heavy goods vehicles (permit C) and/or buses (permit D).

The contract is divided into 2 separate lots:

— lot A: Automobile driving training services for drivers assigned to Brussels,

— Lot B: Automobile driving training services for drivers assigned to Luxembourg.

Tenderers may tender for one or two lots. The lots are independent and may be awarded to different tenderers.

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

Automobile driving training services for drivers assigned to Brussels

Lot No: A
II.2.2)Additional CPV code(s)
80511000 Staff training services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

Brussels

II.2.4)Description of the procurement:

Automobile driving training services for drivers assigned to Brussels.

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
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:

Automobile driving training services for drivers assigned to Luxembourg

Lot No: B
II.2.2)Additional CPV code(s)
80511000 Staff training services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

Luxembourg

II.2.4)Description of the procurement:

Automobile driving training services for drivers assigned to Luxembourg.

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
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:

See point 5.4.1) of the tender specifications.

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

The tenderer must have sufficient resources and financial means to ensure continuous and satisfactory performance throughout the duration of the contract.

To this end, it must appear from the tenderer's financial statements (balance sheets, annual accounts, profit and loss accounts) for the last three financial years that at least two of the following data or ratios are favourable:

- shareholders' equity (considered unfavourable if negative over the 3 financial years);

- net result (considered unfavourable if negative over the 3 financial years);

- liquidity ratio (= current assets/short-term debt; considered unfavourable if ≤ 1 over the 3 financial years);

- ROE (= profit/equity; considered unfavourable if negative over the 3 financial years).

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

The tenderer must have sufficient technical and professional capacity to perform the contract in compliance with the contractual provisions, and taking account of its value and scope.

For the contract covered by this invitation to tender, the contracting authority will require tenderers to have the following minimum technical and professional capacities:

a) have provided, during the last 3 years, training services similar to those covered by this contract for a total amount exceeding 100 000 EUR over that period;

b) have a team of at least 4 trainers accredited by the tenderer, as well as an administrative manager, with the following profiles:

— trainers' profile:

—— at least 3 years professional experience as a trainer in the field covered by this contract,

—— knowledge of French and/or English languages [see details in point 1.5.5) of the technical specifications (Annex 1 to these specifications)].

— administrative manager’s profile:

—— see details in point 1.7.10) of the technical specifications (Annex 1 to these specifications);

c) have at least 4 vehicles similar to those commonly used by the institutions [see car type in point 1.5.4 of the technical specifications (Annex 1 to these specifications)];

d) have a place for the performance of training services (theoretical and practical parts) including a professional circuit, in accordance with the characteristics described in point 1.6 of the technical specifications (Annex 1 to these specifications).

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 21/12/2018
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: 14/01/2019
Local time: 12:00
Place:

Court of Justice of the European Union, Plateau du Kirchberg, Luxembourg.

Information about authorised persons and opening procedure:

Tenderers wishing to attend the opening of tenders are requested to confirm this in writing to AO-chauffeurs@curia.europa.eu at the latest by 21.12.2018. Only one representative per tenderer will be admitted. The person attending must bring an identification document and an act proving his/her authorisation to represent the bidder company at the opening of tenders session.

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
Postal address: Rue Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 43031
Internet address: https://curia.europa.eu/jcms/jcms/index.html
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
Telephone: +33 388172313
Internet address: https://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
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 43031
Internet address: https://curia.europa.eu/jcms/jcms/Jo2_7039/fr/
VI.5)Date of dispatch of this notice:
24/10/2018