Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Court of Justice of the European Union, direction générale de l’administration, direction des bâtiments et de la sécurité
Postal address: Service du courrier officiel
Town: Luxembourg
NUTS code:
LU LUXEMBOURGPostal code: L-2925
Country: Luxembourg
Contact person: Mme Eva Anglessy
E-mail:
DBS-Achats-Logistique@curia.europa.euFax: +352 43032650
Internet 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:
Supply of robust cabinets for the Court of Justice of the European Union
Reference number: COJ-PROC-19/024
II.1.2)Main CPV code44421300 Safes
II.1.3)Type of contractSupplies
II.1.4)Short description:
The purpose of this contract is to supply and install robust cabinets for the European Union Court of Justice.
II.1.5)Estimated total valueValue excluding VAT: 330 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)39130000 Office furniture
39122100 Cupboards
39132100 Filing cabinets
44421722 Safety cases
44421780 Deed boxes
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG
Main site or place of performance:
II.2.4)Description of the procurement:
Supply and installation of robust cabinets for the Court of Justice of the European Union:
— low cabinets with 1 door,
— high cabinets with 1 door,
— low cabinets with 2 doors.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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
The value of the contract is based on an estimated acquisition of 200 low cabinets with 1 door, 120 high cabinets with 1 door, and 10 low cabinets with 2 doors.
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 see specifications.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
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: 10/12/2019
Local time: 17:00
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: 17/12/2019
Local time: 11:00
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: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 87001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Any appeals must be lodged with the General Court of the European Union within 2 months of the plaintiff being notified or, failing this, of the date on which it became known to them.
A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:22/10/2019