Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Court of Justice of the European Union
Postal address: Service du courrier officiel
Town: Luxembourg
NUTS code:
LU LUXEMBOURGPostal code: L-2925
Country: Luxembourg
Contact person: Mme Birgitte Jansson
E-mail:
AO_chauffeurs@curia.europa.euInternet address(es):
Main address: http://curia.europa.eu
I.2)Information about joint procurement
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 activityGeneral 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 code80511000 Staff training services
II.1.3)Type of contractServices
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 lotsThis 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 performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
II.2.4)Description of the procurement:
Automobile driving training services for drivers assigned to Brussels.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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
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 performanceNUTS code: LU LUXEMBOURG
Main site or place of performance:
II.2.4)Description of the procurement:
Automobile driving training services for drivers assigned to Luxembourg.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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:
See point 5.4.1) of the tender specifications.
III.1.2)Economic and financial standingList 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 abilityList 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).
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial 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.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:24/10/2018