UK-London: cashless payment system — EMEA/2008/63/ISERV

Document number - E185287-2008
     Number of Official Journal 139/2008
     Document received - 20080708
     Document dispatched - 20080708
     Deletion date (Date of tender) - 20080815 12 00
     Heading - C298
     Type of document - 3 - Contract notice
     Nature of contract - 2 - Supply contract
     Type of procedure - 2 - Restricted procedure
     Regulation of procurement - 3 - European Institution/Agency or International Organisation
     Type of awarding authority - 5 - European Institution/Agency or International Organisation
     Type of bid required - 1 - Global tender
     Awarding criteria - 2 - The most economic tender
     Product code(s) - 30249000
     Product code(s) - 45212421
     Product code(s) - 50883000
     Product code(s) - 55520000
     Product name(s) - Miscellaneous software
     Product name(s) - Restaurant
     Product name(s) - Repair and maintenance services of catering equipment
     Product name(s) - Catering services
     Original language(s) - EN
     Name of awarding authority - EUROPEAN MEDICINES AGENCY (EMEA)
     Town of awarding authority - LONDON
     Contract notice
     Supplies
     Section I: Contracting authority
     I.1) Name, addresses and contact point(s): European Medicines Agency (EMEA), attn: Sara Mendosa, 7 Westferry Circus, Canary Wharf, London E14 4HB, United Kingdom. Tel. (44-20) 74 18 84 00. Fax (44-20) 74 18 84 16. E-mail: cashless@emea.europa.eu. Internet address(es):
     General address of the contracting authority: http://www.emea.europa.eu.
     Address of the buyer profile: http://www.emea.europa.eu/htms/general/admin/
     tenders/contracts.htm.
     Further information can be obtained at:
     As in above-mentioned contact point(s).
     Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at:
     As in above-mentioned contact point(s).
     Tenders or requests to participate must be sent to:
     As in above-mentioned contact point(s).
     I.2) Type of the contracting authority and main activity or activities: European institution/agency or international organisation.
     Health.
     The contracting authority is purchasing on behalf of other contracting authorities: no.
     Section II: Object of the contract
     II.1) Description
     II.1.1) Title attributed to the contract by the contracting authority: Cashless payment system — EMEA/2008/63/ISERV.
     II.1.2) Type of contract and location of works, place of delivery or of performance: Supplies.
     Purchase.
     Main place of delivery: EMEA's office premises at 7 Westferry Circus, Canary Wharf, UK-London E14 4HB.
     NUTS code: UKI12.
     II.1.3) The notice involves: A public contract.
     II.1.5) Short description of the contract or purchase(s): To supply, install, implement, test and maintain an electronic point of sales and cashless system for EMEA's staff restaurant and deli bar with a sales reporting, stock control, web loading, cash loading functionality. The system would preferably be hosted externally. EMEA already operates a smart card security access control system, compatibility with this system will be essential. Compatibility must be with all of the following cards: single tech iclass 2K CL, dual tech iclass 16K CL and dual tech iclass P16K C4l. Candidates will be asked to provide a confirmation of compatibility.
     II.1.6) Common procurement vocabulary (CPV): 30249000, 45212421, 55520000, 50883000.
     II.1.7) Contract covered by the Government Procurement Agreement (GPA): Yes.
     II.1.8) Division into lots: No.
     II.1.9) Variants will be accepted: No.
     II.2) Quantity or scope of the contract
     II.2.1) Total quantity or scope: Estimated value excluding VAT:
     Range: between EUR 85 000 and EUR 150 000.
     II.2.2) Options: No.
     II.3) Duration of the contract or time limit for completion: Duration in months: 54 (from the award of the contract).
     Section III: Legal, economic, financial and technical information
     III.1) Conditions relating to the contract
     III.1.1) Deposits and guarantees required: Not applicable.
     III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: Not applicable.
     III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Any grouping must be jointly and severally liable for the execution of the contract.
     III.1.4) Other particular conditions to which the performance of the contract is subject: No.
     III.2) Conditions for participation
     III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Information and formalities necessary for evaluating if requirements are met:
     All information required is indicated in the pre-qualification questionnaire which can be downloaded at the address of the buyer profile given in point I.1 of this notice. This must be completed and returned with all the supporting documents no later than the deadline given in point IV.3.4 of this notice.
     III.2.2) Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met:
     All information required is indicated in the pre-qualification questionnaire which can be downloaded at the address of the buyer profile given in point I.1 of this notice. This must be completed and returned with all the supporting documents no later than the deadline given in point IV.3.4 of this notice.
     III.2.3) Technical capacity: Information and formalities necessary for evaluating if requirements are met:
     All information required is indicated in the pre-qualification questionnaire which can be downloaded at the address of the buyer profile given in point I.1 of this notice. This must be completed and returned with all the supporting documents no later than the deadline given in point IV.3.4 of this notice.
     III.2.4) Reserved contracts: No.
     Section IV: Procedure
     IV.1) Type of procedure
     IV.1.1) Type of procedure: Restricted.
     IV.1.2) Limitations on the number of operators who will be invited to tender or to participate: Envisaged minimum number: 5. Maximum number: 8
     Objective criteria for choosing the limited number of candidates: The criteria for shortlisting the candidates are set out in the pre-qualification questionnaire.
     IV.2) Award criteria
     IV.2.1) Award criteria: The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
     IV.2.2) An electronic auction will be used: No.
     IV.3) Administrative information
     IV.3.1) File reference number attributed by the contracting authority: EMEA/2008/63/ISERV.
     IV.3.2) Previous publication(s) concerning the same contract: No.
     IV.3.4) Time limit for receipt of tenders or requests to participate: 15.8.2008 (12:00).
     IV.3.6) Language(s) in which tenders or requests to participate may be drawn up: Bulgarian, Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Irish, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish and Swedish.
     Other: EMEA will accept documentation in any EU language. EMEA prefers, however, to receive all documentation in English.
     Section VI: Complementary information
     VI.1) This is a recurrent procurement: No.
     VI.2) Contract related to a project and/or programme financed by EU funds: No.
     VI.3) Additional information: EMEA wishes to clarify in relation to II.3 of this notice that the contract for the supply, implementation and testing of the system is expected to have a maximum duration of 6 months, followed by a service maintenance contract for a maximum of 48 months.
     VI.4) Procedures for appeal
     VI.4.1) Body responsible for appeal procedures: Court of First Instance of the European Communities, boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. (352) 43 03-1. Fax (352) 43 03-2100. E-mail: CFI.Registry@curia.europa.eu. URL: http://curia.europa.eu.
     Body responsible for mediation procedures:
     The European Ombudsman, 1, avenue du President Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. (33) 388 17 23 13. Fax (33) 388 17 90 62. E-mail: eo@ombudsman.europa.eu. URL: http://www.ombudsman.europa.eu.
     VI.4.2) Lodging of appeals: Precise information on deadline(s) for lodging appeals:
     Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging of appeals.
     VI.4.3) Service from which information about the lodging of appeals may be obtained: European Medicines Agency (EMEA), 7 Westferry Circus, Canary Wharf, London E14 4HB, United Kingdom. Tel. (44-20) 74 18 84 00. Fax (44-20) 74 18 84 16. E-mail: info@emea.europa.eu. URL: http://www.emea.europa.eu.
     VI.5) Date of dispatch of this notice: 8.7.2008.

For reprint and licensing requests for this article, click here.
MORE FROM AMERICAN BANKER