Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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 activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Support in Maintenance of the Environmental Management System According to ISO 14001 and EMAS
Reference number: AO 800
II.1.2)Main CPV code90710000 Environmental management
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of the two framework contracts (one per lot) is the provision to the European Court of Auditors (hereafter referred to as the ‘Court’) of high quality methodological support and related consultancy services for the maintenance of the Court’s environmental management system (EMS) based on the Eco-Management and Audit Scheme (EMAS) European standard and ISO 14001:2015, as well as the provision of environmental trainings.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.2)Additional CPV code(s)90710000 Environmental management
II.2.3)Place of performanceNUTS code: LU Luxembourg
II.2.4)Description of the procurement:
The subject of the framework contract (FWC) is the provision to the Court of high quality methodological support and related consultancy services for the maintenance of the Court’s environmental management system (EMS) based on the Eco-Management and Audit Scheme (EMAS) European standard and ISO 14001:2015. The services are divided into three areas of tasks as described in the Tender Specifications annexed to the FWC (Annex I, Part B.1), which include the calculation of the carbon footprint with Bilan Carbon® method, the maintenance of the documentation of the environmental management system and additional tasks.
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.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
General budget of the European Union.
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)80540000 Environmental training services
II.2.3)Place of performanceNUTS code: LU Luxembourg
Main site or place of performance:
European Court of Auditors, 12, rue Alcide de Gasperi, L-1615, Luxembourg, LUXEMBOURG.
II.2.4)Description of the procurement:
The subject of the FWC is the provision to the Court of environmental trainings, in particular trainings in environmental management systems for the ECA EMAS team and trainings in environmental audits, as described in the tender specifications annexed to the FWC (Annex I, Part B.2).
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.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
General budget of the European Union.
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:
Tenderers must prove that they have the legal and regulatory capacity to carry out the professional activity necessary for the performance of the work covered by this invitation to tender (registration in the relevant trade or professional register, or equivalent, legible copy of the notice of appointment of the person(s) authorised to represent the tenderer in the conclusion of contracts) in accordance with the legislation of the State in which they are established.
Legal and regulatory capacity must be proven by submitting the supporting documents listed in Section 8.1 of Part A of the tender documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
See Part A of the tender specifications point 8.2.1 (lot 1) and point 8.2.2 (lot 2).
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.1.8)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: 24/11/2022
Local time: 16:00
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: 25/11/2022
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
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: 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: Médiateur européen
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:
Appeal to the General Court of the European Union within two months of the date on which the complainant was notified of the success or failure of his or her bid or, failing that, of the date on which he or she became aware of it. A complaint to the European Ombudsman does not suspend this time limit and does not open a new time limit for appeal.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:07/10/2022