Supplies - 45058-2017

07/02/2017    S26

Belgium-Brussels: Purchase of accessories for badges — lot 1: purchase of straps with graphic logo or graphic logo and text (depending on the event) — lot 2: purchase of other straps

2017/S 026-045058

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Council of the European Union, General Secretariat
Postal address: rue de la Loi 175
Town: Bruxelles
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: 1048
Country: Belgium
Contact person: unité de coordination des acquisitions, bureau JL 10 70 KL
E-mail: tendering@consilium.europa.eu
Telephone: +32 22818062
Fax: +32 22800262
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2172
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=2172
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Purchase of accessories for badges — lot 1: purchase of straps with graphic logo or graphic logo and text (depending on the event) — lot 2: purchase of other straps.

Reference number: UCA 16/072.
II.1.2)Main CPV code
35121300 Security fittings
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Conclusion of framework contracts for the purchase of accessories for badges (2 lots).

The aim is to sign a 1-year framework contract for each lot, which may be renewed for a maximum of 3 further 1-year periods.

II.1.5)Estimated total value
Value excluding VAT: 1.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:

UCA -16/072 — Purchase of straps with graphic logo or graphic logo and text (depending on the event)

Lot No: 1
II.2.2)Additional CPV code(s)
35123400 Identification badges
39294100 Information and promotion products
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:

Lot 1: purchase of straps with graphic logo or graphic logo and text, depending on the event.

Candidates must explicitly state the lot(s) to which their requests to participate relate.

The estimated volume of the contract is indicated in the specifications.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 1.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

the framework contract shall be renewed by tacit agreement for 3 12-month periods.

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: no
II.2.14)Additional information

The General Secretariat of the Council does not publish the estimated monetary value of its contracts. The estimated volume of supplies can be found in the specifications.

II.2)Description
II.2.1)Title:

UCA -16/072 — Purchase of other straps

Lot No: 2
II.2.2)Additional CPV code(s)
35123400 Identification badges
39294100 Information and promotion products
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:

Lot 2: purchase of fabric straps, zip lanyards, badge clips, flexible vinyl badge holders, secure-top plastic badge holders, open-faced plastic badge holders, PVC access cards, white write-on badges, parking permit holders:

2.1. fabric straps with a snap hook fastener;

2.2. zip lanyard;

2.3. crocodile badge clip with plastic fastener;

2.4. white plastic gripper;

2.5. flexible vinyl badge holder;

2.6. secure-top plastic badge holder;

2.7. open-faced plastic badge holder;

2.8. PVC access card in 5 different colours;

2.9. white write-on badge;

2.10. parking permit holder.

Candidates must explicitly state the lot(s) to which their requests to participate relate.

The estimated volume of the contract is indicated in the specifications.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 1.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

the framework contract shall be renewed by tacit agreement for 3 12-month periods.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Additional items to be supplied upon request.

During the course of the contract, at the request of the Secretariat, the contractor may be asked to offer other items related to this contract (printed LED straps, hole punches, etc.) that he distributes or manufactures. These do not need to have been explicitly provided for in the original tender, but may nevertheless be required to ensure the smooth running of the General Secretariat of the Council's activities.

The tenderer's submission shall include 1 (or several) catalogue(s) and/or a price list for these other accessories for badges. These documents will form an integral part of the signed framework contract.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The General Secretariat of the Council does not publish the estimated monetary value of its contracts. The estimated volume of supplies can be found in the specifications.

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:

see documents enclosed with this contract notice: 'I. Composition and submission procedures for a request to participate dossier', '-Annex 1 to said document: solemn declaration relating to the exclusion and selection criteria'.

— Solemn declaration stating that the candidate is not in any of the situations of exclusion.

— Proof of right of access to the contract: document proving authorisation to produce the object covered by the contract in accordance with the national law of the Member State of residence.

— Legal form: supporting documents authorising a company or a consortium and its legal representative to submit a request to participate when delivering said request on behalf of the participants.

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
Restricted 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: 16/03/2017
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 31/03/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, French
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)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
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
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: None
Town: None
Country: Belgium
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

within 2 months of notice being given to the plaintiff or, should no notice be given, within 2 months of the date on which the matter in question became known. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

The procedural time limits are extended on account of distance by a single period of 10 days, whatever the relevant party's usual place of residence or domicile.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Council of the European Union, secrétariat général — DGA4 — Unité de coordination des acquisitions
Postal address: rue de la Loi 175
Town: Bruxelles
Postal code: 1048
Country: Belgium
E-mail: tendering@consilium.europa.eu
Telephone: +32 22818062
Fax: +32 22800262
Internet address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2172
VI.5)Date of dispatch of this notice:
26/01/2017