Supplies - 96602-2021

Submission deadline has been amended by:  109182-2021
26/02/2021    S40

Luxembourg-Luxembourg: Provision of Personal Protective Equipment (PPE)

2021/S 040-096602

Contract notice

Supplies

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Court of Auditors
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47157
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.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=7930
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7930
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Provision of Personal Protective Equipment (PPE)

Reference number: AO 764
II.1.2)Main CPV code
33000000 Medical equipments, pharmaceuticals and personal care products
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The purpose of this call for tenders is to conclude framework supply contracts (hereinafter referred to as ‘the FWC’) for the provision of selected Personal Protective Equipment (PPE) to the European Court of Auditors.

The place of performance is Luxembourg. The technical specifications detailing the required items, their description and the conditions for contract’s implementation are provided in part B of the tender specifications.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2)Description
II.2.1)Title:

Provision of Medical Masks

Lot No: 1
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

The subject of this lot is the provision of 850 000 medical masks to the European Court of Auditors. The exact description and minimum requirements are presented in part B of tender specifications (point 2.1).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: yes
Identification of the project:

General budget of the European Union

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Provision of Filtering Face Piece Respirators Class 2 (FFP2)

Lot No: 2
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

Luxembourg

II.2.4)Description of the procurement:

The subject of this lot is the provision of 50 000 filtering face piece respirators class 2 (FFP2) to the European Court of Auditors. The exact description and minimum requirements are presented in part B of tender specifications (point 2.2).

II.2.5)Award criteria
Criteria below
Price
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: yes
Identification of the project:

General budget of the European Union

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Provision of Hand Protection

Lot No: 3
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

The subject of this lot is the provision of 80 000 gloves in different size to the European Court of Auditors. The exact description and minimum requirements are presented in part B of tender specifications (point 2.3).

II.2.5)Award criteria
Criteria below
Price
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: yes
Identification of the project:

General budget of the European Union

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Provision of Hand Sanitizers

Lot No: 4
II.2.2)Additional CPV code(s)
33100000 Medical equipments
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

The subject of this Lot is the provision of different hand sanitizers and wipes to the European Court of Auditors. The exact description and minimum requirements are presented in part B of tender specifications (point 2.4).

II.2.5)Award criteria
Criteria below
Price
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: yes
Identification of the project:

General budget of the European Union

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:

Tenderers that are in one of the situations described in Articles 136 and 141 of the Financial Regulation shall be excluded from participation in this open call for tenders and not be awarded the contract.

Tenderers must be legally capable of performing the supply contracts they apply for. A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitation to tender — Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender.

In respect of the contract which is the subject of this invitation to tender, the Court requires tenderers to have the following minimum level of legal and regulatory capacity:

(a) the tenderers must be constituted and registered in accordance with the law of the country in which it is established (e.g. trade register);

(b) the main business activity of the tenderer must be related to the subject of the contract.

The following documents as regards the legal capacity shall be requested from the tenderers to whom the award of the contract might be proposed:

(a) proof of entry on the professional or trade register under the conditions laid down by legislation in the country in which the tenderers reside, clearly stating the tenderer's exact name, business activity and that the tenderer is authorised to perform the contract in its country of establishment;

(b) a legible copy of the notice of appointment of the person(s) authorised to represent the tenderer in concluding contracts, if it is not included in the abovementioned document.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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: 01/04/2021
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 02/04/2021
Local time: 11:00
Place:

European Court of Auditors, L-1615 Luxembourg, 12 rue Alcide de Gasperi.

This session may take place online using the platform Microsoft Teams. In this case a link will be provided to the tenderers in due time in reply to their email registering for participation.

Information about authorised persons and opening procedure:

A maximum of one representative per tender may attend the opening session. For organisational and security reasons the tenderer must provide the full name and nationality of the representatives at least two working days in advance to eca-procurement.service@eca.europa.eu. The representatives will be required to present the submission receipt generated by eSubmission and to sign an attendance sheet.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Any additional information including that referred to above will be available only on eTendering (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7930), so the tenderers are strongly advised to consult it at regular intervals as additional information may be added at any time up to the closing date for submission of tenders.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Appeal to the General Court of the European Union within 2 months of the plaintiff being notified on the success or not of its tender or, failing this, of the day 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
Official name: European Court of Auditors, Service des appels d'offres et contrats
Postal address: 12, Rue Alcide De Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47157
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
16/02/2021