Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Court of Justice of the European Union, direction générale de l’administration, direction des bâtiments et de la sécurité
Postal address: service du courrier officiel
Town: Luxembourg
NUTS code:
LU LUXEMBOURGPostal code: L-2925
Country: Luxembourg
Contact person: M. Didier Urbain
E-mail:
AO-UGB@curia.europa.euFax: +352 43032650
Internet address(es):
Main address: https://curia.europa.eu/
I.2)Information about 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:
Moving and handling services for the Court of Justice of the European Union
Reference number: COJ-PROC-19/052
II.1.2)Main CPV code63100000 Cargo handling and storage services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this contract is to provide moving and handling services, including, in particular:
— coordination and preparatory services for relocation,
— the provision of sundry equipment and materials (light vans, mobile carts, boxes, plastic bubble wrap, etc.), and,
— the actual moving services (team leader, qualified mover).
II.1.5)Estimated total valueValue excluding VAT: 325 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)98392000 Relocation services
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG
Main site or place of performance:
II.2.4)Description of the procurement:
Moving and/or handling services to be carried out:
— dismantling/assembly of furniture,
— moving of furniture,
— transport between the various buildings,
— use of forklifts by persons in possession of the ad-hoc permits,
— handling linked to loading/unloading operations,
— scanning/tracking,
— labelling,
— moving of sundry materials other than furniture, personal effects, moving boxes, savarin/roll-containers or archives,
— other services related to moving and handling services.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 325 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Please refer to the web address specified in point I.3).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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:
Please see specifications.
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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: 29/01/2020
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 03/02/2020
Local time: 11:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Any appeals must be lodged with the General Court of the European Union within 2 months of the plaintiff being notified or, failing this,of the date on which it became known to them. Lodging a complaint with the European Ombudsman neither suspends this deadline nor creates a new deadline for appeals.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:16/12/2019