Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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:
LU000 LuxembourgPostal code: L-2925
Country: Luxembourg
Contact person: Mme De Maleville
E-mail:
DBS-ao-20-054@curia.europa.euInternet address(es): Main address:
https://curia.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:
Health and safety coordination services for works carried out in the buildings of the Court of Justice of the EU, and assistance in the field of occupational health and safety
Reference number: COJ-PROC-20/054
II.1.2)Main CPV code79417000 Safety consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The Court of Justice has decided to launch this invitation to tender with a view to providing, on one hand, health and safety coordination services for the works carried out in the buildings which it occupies or will occupy, in accordance with the obligations arising from the provisions of the Grand-Ducal Regulation of 27.6.2008 concerning the minimum health and safety requirements to be implemented on temporary or mobile worksites, and on the other hand, specialised consultancy services in the field of occupational health and safety.
II.1.5)Estimated total valueValue excluding VAT: 950 400.00 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:
Health and safety coordination for works carried out in the buildings of the Court of Justice of the European Union
Lot No: 1
II.2.2)Additional CPV code(s)71317210 Health and safety consultancy services
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG
Main site or place of performance:
Grand Duchy of Luxembourg.
II.2.4)Description of the procurement:
In the context of the provision of services related to the field of coordination and safety at work, the Court wishes to have recourse to a team of health and safety coordinators (hereinafter ‘HSCs’) for the works carried out in buildings which it occupies or will occupy, in accordance with Council Directive 92/57/EEC of 24.6.1992 and the Grand-Ducal Regulation of 27.6.2008.
The team will include HSCs approved by the competent Luxembourg Minister for level C construction sites, in accordance with the Grand-Ducal Regulation of 9.6.2006:
— on appropriate training in relation to health and safety coordination activities at temporary or mobile construction sites ;
— determining the procedures for granting approval for the coordination of health and safety on temporary or mobile worksites (hereinafter the ‘Grand-Ducal Regulation of 9.6.2006’).
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 600 000.00 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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Assistance to the Court of Justice of the European Union in the field of occupational health and safety
Lot No: 2
II.2.2)Additional CPV code(s)71317210 Health and safety consultancy services
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG
Main site or place of performance:
Grand Duchy of Luxembourg.
II.2.4)Description of the procurement:
In its approach aimed at promoting the improvement of the health and safety of its staff, and within the context of the implementation of the framework directive relating to occupational health and safety (Council Directive 89/391/EEC of 12.6.1989), the Court is calling on the services of a consultant specialising in occupational health and safety.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 350 400.00 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: 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 consult the specifications.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
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: 23/02/2021
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:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 01/03/2021
Local time: 11:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Site visits will be arranged on the dates indicated in the letter of invitation to tender. Tenderers may only participate in one of these visits. Attendance at the site visit is compulsory and bids from economic operators who have not participated in the visit will be rejected.
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: 87001
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 two months of the plaintiff being notified or, failing this,of the date on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:23/12/2020