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 following 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:
Provision of Transport Services to the European Commission
Reference number: SANTE/2019/F6/054
II.1.2)Main CPV code60172000 Hire of buses and coaches with driver
II.1.3)Type of contractServices
II.1.4)Short description:
The European Commission wishes to conclude a contract for the supply of transport services between Dublin City centre and the European Commission in Grange, Dunsany, County Meath.
II.1.5)Estimated total valueValue excluding VAT: 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: IE062 Mid-East
II.2.4)Description of the procurement:
The transport service will be provided along an agreed route between Dublin City centre and the European Commission in Grange once each morning and once each evening. Please see the documents on e-Tendering as mentioned in Section I.3).
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 200 000.00 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
Questions may only be submitted to the address provided in Section I.3). The final date for the submission of questions is 7 calendar days prior to the closing date as stated in Section IV.2.2).
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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 system
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: 06/01/2020
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:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 30/04/2020
IV.2.7)Conditions for opening of tendersDate: 08/01/2020
Local time: 10:00
Place:
European Commission, Directorate-General for health and Food Safety, Grange, Dunsany, County Meath, C15 DA39 IRELAND.
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 payment will be used
VI.3)Additional information:
In line with Point 11.1 (e) Annex 1 of the Financial Regulations, the Directorate-General for Health and Food Safety reserves the right to negotiate with the eventual contractor(s) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same contracting authority awarded an original contract. When the institutions award contracts on their own account, that procedure may only be used during the performance of the original contract and at the latest during the 3 years following its signature.
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
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: As in Section VI.4.1)
Town: Luxembourg
Country: Luxembourg
VI.5)Date of dispatch of this notice:15/11/2019