There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 4th of December 2023

Services - 622856-2020

23/12/2020    S250

Luxembourg-Luxembourg: Provision of moving, handling and associated services in Luxembourg

2020/S 250-622856

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament
Postal address: plateau de Kirchberg
Town: Luxembourg
NUTS code: LU0 LUXEMBOURG
Postal code: L-2929
Country: Luxembourg
E-mail: INLO.CFT@ep.europa.eu
Internet address(es):
Main address: www.europarl.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7636
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General 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 code
79620000 Supply services of personnel including temporary staff
II.1.3)Type of contract
Services
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 lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: LU00 Luxembourg
Main site or place of performance:

Luxembourg.

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 criteria
Criteria 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 system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List 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 standing
List 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 ability
List 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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 participate
Date: 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/02/2021
Local time: 10:30
Place:

Luxembourg, Plateau de Kirchberg, Konrad Adenauer Building.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Internet address: http://www.curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: euro-ombudsman@europarl.europa.eu
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official 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