Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament
Postal address: plateau de Kirchberg
Town: Luxembourg
NUTS code:
LU0 LUXEMBOURGPostal code: L-2929
Country: Luxembourg
E-mail:
INLO.CFT@ep.europa.euInternet address(es): Main address:
www.europarl.europa.eu 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:
Provision of moving, handling and associated services in Luxembourg
Reference number: 06B50/2020/M076
II.1.2)Main CPV code79620000 Supply services of personnel including temporary staff
II.1.3)Type of contractServices
II.1.4)Short description:
The contract covers the provision of moving, handling and associated services to the European Parliament building complex in Luxembourg. The contractor undertakes to occasionally make an exterior lift available, at the European Parliament's request, in order to load and unload goods.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: LU00 Luxembourg
Main site or place of performance:
II.2.4)Description of the procurement:
This relates to two distinct types of services; on one hand, a routine moving activity, moving of furniture and handling of stocks based on the regular and continuous presence of four to six handlers in the premises of the European Parliament and, on the other hand, services linked to specific projects and other ‘ad hoc’ interventions as per requirements, spread over the whole year.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Demand flow management / Weighting: 15
Quality criterion - Name: Organisation of the operational system / Weighting: 15
Quality criterion - Name: Quality control measures / Weighting: 10
Price - Weighting: 60
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: 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:
Entry in the professional or trade register and/or specific authorisation in the country of residence, or member of a professional organisation.
III.1.2)Economic and financial standingList and brief description of selection criteria:
— the financial information sheet covering the past two financial years for which accounts have been closed,
— minimum turnover for the last two financial years for which accounts have been closed (cumulative in the event of a grouping), in particular a minimum annual turnover of EUR 1 000 000 in the field relevant to the contract;
— an appropriate level of professional risk insurance according to the practice in the sector concerned.
Minimum level(s) of standards possibly required:
— financial statements (annual report) for the last two financial years for which accounts have been closed,
— insurance policy.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
— the tenderer must have at least three years' experience in services similar to those required for the contract in question.
Minimum level(s) of standards possibly required:
— a list of the main services provided and the main deliveries made during the last three years, indicating the amount, date and their client, public or private, accompanied by statements from clients.
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: 22/02/2021
Local time: 12:00
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: 23/02/2021
Local time: 10:30
Place:
Luxembourg, Plateau de Kirchberg, Konrad Adenauer Building.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Greffe du tribunal de l'Union européenne
Town: Luxembourg
Country: Luxembourg
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:16/12/2020