Teenused - 55241-2017

14/02/2017    S31

Ireland-Dublin: Provision of general and house style stationery products

2017/S 031-055241

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Eurofound — European Foundation for the Improvement of Living and Working Conditions
Postal address: Wyattville Road
Town: Dublin
NUTS code: IE021 Dublin
Postal code: D18 KP65
Country: Ireland
Contact person: Lidia Jankowska
E-mail: OSUTenders@eurofound.europa.eu
Telephone: +353 12043100
Fax: +353 12826456
Internet address(es):
Main address: http://www.eurofound.europa.eu/about/procurement
Address of the buyer profile: http://www.eurofound.europa.eu/about-eurofound/who-we-are
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=2188
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
Other 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 code
30190000 Various office equipment and supplies
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 72 000.00 EUR
II.1.6)Information about lots
This 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 performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 44 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:

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 performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 28 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:

Please refer to point 4.3.2 of the tender specifications as provided in part B of the procurement documents, accessible on the e-tendering site https://etendering.ted.europa.eu/general/page.html?name=home under the specific call for tender.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 contract
Obligation 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 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
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
Notice number in the OJ S: 2016/S 253-465488
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 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 tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

In 3 to 4 years' time.

VI.2)Information about electronic workflows
Electronic 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 body
Official 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.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
02/02/2017