Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission
Postal address: bâtiment Ariane 01, bureau 01/A048
Town: Luxembourg
NUTS code:
LU LUXEMBOURG (GRAND-DUCHÉ)Postal code: 2920
Country: Luxembourg
Contact person: Office «Infrastructures et logistique», unité OIL.06, secteur 002 «Contrats et appels d'offres»
E-mail:
oil-appels-offres@ec.europa.euFax: +352 4301-32109
Internet address(es): Main address:
http://ec.europa.eu/oil/index_fr.htm I.1)Name and addressesOfficial name: Translation Centre for the Bodies of the European Union
Postal address: 12E, rue Guillaume Kroll
Town: Luxembourg
NUTS code:
LU LUXEMBOURG (GRAND-DUCHÉ)Postal code: 1882
Country: Luxembourg
Contact person: Office «Infrastructures et logistique», unité OIL.06, secteur 002 «Contrats et appels d'offres»
E-mail:
oil-appels-offres@ec.europa.euFax: +352 4301-32109
Internet address(es): Main address:
http://ec.europa.eu/oil/index_fr.htm I.2)Information about joint procurementThe contract involves joint procurement
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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: OIL/06/PO/2017/003.
II.1.2)Main CPV code63100000 Cargo handling and storage services
II.1.3)Type of contractServices
II.1.4)Short description:
This contract comprises 2 lots.
Lot 1 involves services of removal, transport, installation and handling of furniture belonging to the contracting authority (item I), as well as of management for decommissioned furniture (item II).
Lot 2 involves services related to storage as well as management of goods and furniture belonging to the contracting authority.
II.1.5)Estimated total valueValue excluding VAT: 3 234 000.00 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:
Services of removal, transport, installation, handling and management for decommissioned furniture
Lot No: 1
II.2.2)Additional CPV code(s)63100000 Cargo handling and storage services
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
II.2.4)Description of the procurement:
Item I: removal, transport, installation and handling of furniture, office equipment and supplies, computer and office-automation equipment, packaged or loose documents or any other goods belonging to the contracting authority.
Item II: management of decommissioned furniture to be processed according to the following 3 options, given in order of preference: reuse, recycling or disposal.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 3 027 000.00 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: yes
Identification of the project: EU administrative credits.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Provision of storage space and management of goods and furniture belonging to the contracting authority
Lot No: 2
II.2.2)Additional CPV code(s)63120000 Storage and warehousing services
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
II.2.4)Description of the procurement:
Services related to providing storage space for storing goods and furniture belonging to the contracting authority as well as management services for the stored goods (entry into and removal from storage).
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 207 000.00 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: yes
Identification of the project: EU administrative credits.
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:
please refer to the web address specified in point I.3.
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.2.2)Contract performance conditions:
Please refer to the web address specified in point I.3.
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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/03/2017
Local time: 16:30
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: 21/03/2017
Local time: 10:30
Place:
European Commission, bâtiment Ariane, salle 01/A072, 400, route d'Esch, L-1471 Luxembourg, LUXEMBOURG.
Information about authorised persons and opening procedure:
please refer to the web address specified in point I.3.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The contract documents are available for download at the address specified in point I.3.
The website (e-tendering) will be updated regularly; it is the responsibility of the economic operators to check for any updates and modifications prior to the time limit for the receipt of tenders.
Interested economic operators are invited to register via the website. They will then be notified by the online public procurement system of any updates available for this contract.
The contracting authority cannot be held responsible should tenderers not be aware of any additional information on this invitation to tender given on this website.
No paper version will be issued.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
please refer to the web address specified in point I.3.
VI.5)Date of dispatch of this notice:03/02/2017