next
previous
items

EEA/ADM/03/006 - Purchase of office furniture

Call For Tender Published 03 Nov 2003

Call for Tender EEA/ADM/03/006


DK-Copenhagen: purchase of office furniture

2003/S 204-183466


Contract notice


Supplies


Is this contract covered by the Government Procurement Agreement (GPA)? Yes




Section I: Contracting authority


1) Official name and address of the contracting authority: European Environment Agency, Att: Domingo Zorrilla, Kongens Nytorv 6, DK-1050 Copenhagen. Tel.: 0045 33 36 71 11. Fax: 0045 33 36 71 99. E-mail: Domingo.zorrilla@eea.eu.int. URL: http://org.eea.eu.int/tenders.


2) Address from which further information can be obtained: As in I.1.


3) Address from which documentation may be obtained: As in I.1.


4) Address to which tenders/requests to participate must be sent: As in I.1.


5) Type of contracting authority: EU institution.




Section II: Object of the contract


1) Description


1.1) Type of works contract (in case of works contract)


1.2) Type of supplies contract (in case of supplies contract): Purchase.


1.3) Type of service contract (in case of service contract)


1.4) Is it a framework agreement? Yes.


1.5) Title attributed to the contract by the contracting authority: Purchase of office furniture.


1.6) Description/object of the contract: Purchase of additional office furniture and maintenance of existing furniture.


1.7) Site or location of works, place of delivery or performance: Kongens Nytorv 6, DK-1050 Copenhagen K. NUTS code: DK000, DK001.


1.8) Nomenclature


1.8.1) Common Procurement Vocabulary (CPV): 36140000; 36110000.


1.8.2) Other relevant nomenclature (CPA/NACE/CPC)


1.9) Division into lots: No.


1.10) Will variants be accepted (where applicable): Yes.


2) Quantity or scope of the contract


2.1) Total quantity or scope (including all lots and options, if applicable)


2.2) Options (if applicable). Description and time when they may be exercised (if possible)


3) Duration of the contract or time-limit for completion: Period in months: 36+12 (from the award of the contract).
Starting 1.3.2004.




Section III: Legal, economic, financial and technical information


1) Conditions relating to the contract


1.1) Deposits and guarantees required (if applicable)


1.2) Main terms of financing and payment and/or reference to the relevant provisions (if applicable): See tender documents.


1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable)


2) Conditions for participation


2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required


2.1.1) Legal position - means of proof required: - Identification sheet (see tender documents);
- copy of trade register;
- copy of VAT registration.


2.1.2) Economic and financial capacity - means of proof required:
Proof of economic and financial capacity may be furnished by one or more of the following documents:
a) appropriate statements from banks or evidence of professional risk indemnity insurance;
b) the presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established;
c) a statement of overall turnover and turnover concerning the works, supplies or services covered by the contract during a period which may be no more than the last three financial years.


2.1.3) Technical capacity - means of proof required: Evidence of the technical and professional capacity may be furnished on the basis of the following documents:
a) a list of the principal supplies delivered in the past three years, with the sums, dates and recipients, public or private;
b) a description of the measures employed to ensure the quality of services;
c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the firm, especially those responsible for quality control;
d) samples, descriptions and/or authentic photographs and/or certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of the products with the specification or standards in force.


3) Conditions specific to services contracts


3.1) Is provision of the service reserved to a specific profession?


3.2) Will legal entities be required to state the names and professional qualifications of the personnel responsible for execution of the contract? No.




Section IV: Procedure


1) Type of procedure: Open.


1.1) Have candidates already been selected? (for negotiated procedure only and if applicable)


1.2) Justification for the choice of accelerated procedure (if applicable)


1.3) Previous publication concerning the same contract (if applicable)


1.3.1) b>Prior information notice concerning the same contract (if applicable)


1.3.2) Other previous publications


1.4) Envisaged number of suppliers which will be invited to tender (when applicable)


2) Award criteria: The most economically advantageous tender in terms of:
1. safety of delivery (15);
2. quality and design (30);
3. environmental characteristics (15);
4. price (30);
5. after-sales service plus technical assistance (10).
In descending order of priority: no.


3) Administrative information


3.1) Reference number attributed to the file by the contracting authority: EEA/ADM/03/006


3.2) Conditions for obtaining contract document and additional documents


3.3) Time-limit for receipt of tenders or requests to participate (depending whether it is an open, restricted or negotiated procedure):
5.12.2003.
Time: 16.00.


3.4) Dispatch of invitations to tender to selected candidates (in restricted and negotiated procedure)


3.5) Language or languages in which tenders or requests to participate can be drawn up: Danish, Dutch, English, Finnish, French, German, Greek, Italian, Portuguese, Spanish, Swedish.


3.6) Minimum time frame during which the tenderer must maintain its tender (in case of an open procedure): 6 months from the deadline stated for receipt of tenders.


3.7) Conditions for opening tenders


3.7.1) Persons authorized to be present at the opening of tenders: European Environment Agency's representatives and one representative of each tenderer. Please inform Mr D. Zorrilla by separate mail of your wish to attend the opening.


3.7.2) Date, time and place: Date: 12.12.2003. Time: 14:00.
Place: European Environment Agency, Reception, Kongens Nytorv 6, DK-1050 Copenhagen K.




Section VI: Other information


1) Is this notice a non-mandatory one? No.


2) If applicable, indicate whether this procurement is a recurrent one and the estimated timing for further notices to be published


3) Does the contract relate to a project/programme financed by EU funds? No.


4) Additional information: Grounds for exclusion:
The tenderer shall provide an auto-declaration, preferably made on oath before a judicial or administrative authority, a notary or a competent professional or trade body by a person competent to do so on behalf of the tenderer, which states that none of the grounds for exclusion (please see General Terms and Conditions applicable to contracts, Art 2 (2)) applies to the tenderer.


5) Date of dispatch of this notice: 13.10.2003.



Download documents


Annex I: Technical Specifications [22.2 Kb PDF]

Annex II: Procedure for submitting an offer for Tender EEA/ADM/03/006 [15 Kb PDF]

Annex III: Identification sheet [5.63 Kb PDF]

Annex IV: Standard form framework contract [draft] [28.7 Kb PDF]

Annex V: General terms and conditions [32.2 Kb PDF]

Annex VI: Checklist for submitting an offer [6.51 Kb PDF]


Annex I-VI: All 6 annexes [100 Kb PDF]


Troubles in downloading the PDF-files?

If you're having troubles in downloading the PDF-files, please visit our trouble shooting page.


There are currently no items in this folder.

Permalinks

Document Actions