Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
NUTS code:
LU LUXEMBOURGPostal code: L-1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
E-mail:
eca-procurement.service@eca.europa.euTelephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es): Main address:
http://www.eca.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
Telephone: +352 43981
E-mail:
eca-procurement.service@eca.europa.euFax: +352 4398-46946
NUTS code:
LU LUXEMBOURGInternet address(es): Main address:
http://www.eca.europa.eu I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Operation of a dry cleaning and laundry depot
Reference number: CPN 668
II.1.2)Main CPV code98310000 Washing and dry-cleaning services
II.1.3)Type of contractServices
II.1.4)Short description:
The Court of Auditors, whose headquarters are in Luxembourg (Kirchberg), is considering awarding a service concession contract for the operation of a dry-cleaning and laundry depot.
II.1.5)Estimated total valueValue excluding VAT: 150 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG
II.2.4)Description of the procurement:
The Court of Auditors envisages awarding a public contract for the conclusion of a service concession contract with a concessionaire for operating a dry cleaning and laundry depot, for the sole benefit of the staff members of the European Institutions, within the K1 building, located at 12, rue Alcide de Gasperi in L-1615 Luxembourg.
This service concession will not give rise to the payment of a fee by the concessionaire to the Court of Auditors. The concessionaire will be remunerated exclusively by the users of the service. In this respect, it is specified that the presumed quantities of orders in the event of exploitation of the price schedule are given for information purposes only for the purpose of comparing offers. No compensation can be claimed if the quantities ordered by the users are less than the quantities presumed.
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: 150 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract will be for an initial period of 1 year. It may be renewed by tacit agreement from year to year, up to a maximum of 4 years, including the initial duration of the contract.
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:
Legal capacity
Tenderers must provide proof that they have legal personality. This will be judged on the basis of an extract from the trade register.
III.1.2)Economic and financial standingList and brief description of selection criteria:
If an economic operator uses the capacities of other entities with respect to the financial capacity criteria, the court requires the economic operator and the other entities in question to be jointly and severally liable for the performance of the contract.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Technical and professional capacity
Tenderers must demonstrate that they have sufficient technical and professional capacity to perform the contract in compliance with the contractual terms, taking into account the value and scale of the concession.
Proof of technical and professional capacity will be established on the basis of the following documents:
— list of comparable contract(s): the tenderer must demonstrate that it has had a dry cleaning and/or laundry depot, or a dry cleaning and/or laundry chain, for at least 12 months,
— proof that the establishment has been approved by the labour inspectorate (ITM) of Luxembourg under a commodo-incommodo procedure, according to the law of 10.6.1999 relating to classified establishments, or an equivalent procedure of the country of which the tenderer originates,
— list of any subcontractors that the tenderer intends to use for the performance of the contract.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 14/01/2019
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 24/01/2019
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: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
Requests for additional information must be sent via the 'Create a question' link in the 'Questions and Answers' tab on the corresponding TED eTendering page (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4209). Where applicable, the additional information and the aforementioned information will be published on this site. Tenderers are advised to register in the eTendering application in order to receive notifications regarding the contract. No requests for additional information will be answered from 21.12.18 to 4.1.2019. The Court of Auditors will be closed from 24 December to 2 January inclusive.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu/ VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address:
http://ombudsman.europa.eu/ VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the tenderer being notified of the award decision 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 obtainedOfficial name: European Court of Auditors, service des appels d'offres et contrats
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
E-mail:
eca-procurement.service@eca.europa.euTelephone: +352 4398-47611
Fax: +352 4398-46955
Internet address:
http://www.eca.europa.eu VI.5)Date of dispatch of this notice:03/12/2018