Belgium-Brussels: Provision of hotel, restaurant and local transport services bookings for groups visiting the European Commission's Visitors' Centre in Brussels, PO/2019-02/B4
2019/S 033-073181
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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 hotel, restaurant and local transport services bookings for groups visiting the European Commission's Visitors' Centre in Brussels, PO/2019-02/B4
II.1.2)Main CPV code55000000 Hotel, restaurant and retail trade services
II.1.3)Type of contractServices
II.1.4)Short description:
The contracting authority wishes to conclude a framework contract for providing an efficient logistical support service in the area of hotel, restaurant and local transport bookings for priority groups visiting the European Commission's Visitors' Centre.
II.1.5)Estimated total valueValue excluding VAT: 5 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)55523000 Catering services for other enterprises or other institutions
60000000 Transport services (excl. Waste transport)
60130000 Special-purpose road passenger-transport services
55000000 Hotel, restaurant and retail trade services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
II.2.4)Description of the procurement:
The contractor shall reserve hotel rooms, restaurants and local transport for visiting groups following individual requests made by the team of visit organisers.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 5 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
Renewed automatically 3 times for 12 months each, unless of the parties receives formal notification to the contrary at least 6 months before the end of the ongoing duration (art I.3.5 of the Framework contract).
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
See Internet address provided in Section I.3
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:
See tender 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.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See Internet address provided in Section I.3
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing 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.1.8)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: 28/03/2019
Local time: 16:00
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: 29/03/2019
Local time: 11:00
Place:
European Commission, Charlemagne Building, Meeting Room no 4, 1st floor
Rue de la Loi, 170 - 1040 Brussels
Information about authorised persons and opening procedure:
Maximum 2 representatives per tenderer. For organisational and security reasons the tenderer must provide the full name, date of birth, nationality and ID or passport number of the representatives at least two working days in advance to: COMM-CALL-VISITS@ec.europa.eu please check the conditions in the section 3.2 (Opening of Tenders) in the Invitation document.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
Please check regularly the Internet address provided in Section I.3 for any updates during the submission procedure.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3
VI.5)Date of dispatch of this notice:08/02/2019