Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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 activityOther activity: Social policy.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of general and house style stationery products.
Reference number: 171902/4230.
II.1.2)Main CPV code30190000 Various office equipment and supplies
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this tender is to engage the services of a company or companies to provide Eurofound with a range of high-quality stationery. There are 2 lots:
lot 1: general stationery products — maximum value of 44 000 EUR;
lot 2: house style stationery products — maximum value of 28 000 EUR.
II.1.5)Estimated total valueValue excluding VAT: 72 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
General stationery products
Lot No: 1
II.2.2)Additional CPV code(s)30190000 Various office equipment and supplies
II.2.3)Place of performanceNUTS code: IE021 Dublin
Main site or place of performance:
All stationery shall be delivered to the main reception but copier paper and bulk deliveries are usually delivered to a designated storage area. Delivery on a pallet is not suitable.
II.2.4)Description of the procurement:
Provide all general stationery products on the official price list (lot 1) as per detailed in the standard reply form (part C). The quality of all products and the reliability of the service must remain consistent throughout the duration of the contract.
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: 44 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:
House style stationery products
Lot No: 2
II.2.2)Additional CPV code(s)30190000 Various office equipment and supplies
II.2.3)Place of performanceNUTS code: IE021 Dublin
Main site or place of performance:
All stationery shall be delivered to the main reception.
II.2.4)Description of the procurement:
Supply all house style stationery products on the official price list (lot 2) as per detailed in the standard reply form (part C).
Quality of products and reliability of service to remain consistent throughout the duration of the contract.
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: 28 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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:
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.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation 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 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
In the case of framework agreements, provide justification for any duration exceeding 4 years: 2 lots; possibility of 2 single framework agreements.
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: 16/03/2017
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: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 23/03/2017
Local time: 11:00
Place:
Tenders will be opened at the offices of Eurofound, room number LH5.
Information about authorised persons and opening procedure:
1 person representing the tenderer may be present at the opening; participation will be restricted to an observer role. Please advise Ms Lidia Jankowska in advance if you intend to be present at the opening of tenders.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
As the working language of Eurofound is English, we would appreciate if the tender proposal is in English.
Calls for tender are open to natural and legal persons from European Union Member States and from countries which have signed a special agreement with the European Union in the field of public procurement.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:02/02/2017