Italy-Ispra: Supply of foodstuffs (deep-frozen products; cereals and their derivatives, tinned products, condiments and spices; coffee and cafeteria products) for the Joint Research Centre (JRC)
2016/S 037-059462
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission
Postal address: CSM 1 05/43
Town: Ispra VA
NUTS code:
ITC41 VaresePostal code: 21027
Country: Italy
Contact person: Office pour les infrastructures et la logistique
E-mail:
oib-marches-publics@ec.europa.euTelephone: +32 22986989
Fax: +32 22960570
Internet address(es): Main address:
http://ec.europa.eu 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:
Supply of foodstuffs (deep-frozen products; cereals and their derivatives, tinned products, condiments and spices; coffee and cafeteria products) for the Joint Research Centre (JRC).
II.1.2)Main CPV code15896000 Deep-frozen products
II.1.3)Type of contractSupplies
II.1.4)Short description:
This contract involves the supply of foodstuffs (deep-frozen products; cereals and their derivatives, tinned products, condiments and spices; coffee and cafeteria products) for the canteen at the JRC, Ispra (Varese) site, Italy.
This contract is divided into 3 lots:
A. deep-frozen products;
B. cereals and their derivatives, tinned products, condiments and spices;
C. coffee and cafeteria products.
The products to be supplied under this contract are described in the technical specifications in the contract documents, in keeping with protection of the environment, resources and the natural environment.
II.1.5)Estimated total valueValue excluding VAT: 1 100 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Supply of deep-frozen products for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy
Lot No: A
II.2.2)Additional CPV code(s)15896000 Deep-frozen products
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
II.2.4)Description of the procurement:
This lot is for the supply of deep-frozen products for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 410 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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
II.2)Description
II.2.1)Title:
Supply of cereals and their derivatives, tinned products, condiments and spices for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy.
Lot No: B
II.2.2)Additional CPV code(s)03211000 Cereals
03211900 Grain products
15897200 Canned goods
15331400 Preserved and/or canned vegetables
15870000 Condiments and seasonings
15872000 Herbs and spices
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
II.2.4)Description of the procurement:
This lot is for the supply of cereals and their derivatives, tinned products, condiments and spices for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 550 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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
II.2)Description
II.2.1)Title:
Supply of coffee and cafeteria products for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy.
Lot No: C
II.2.2)Additional CPV code(s)15860000 Coffee, tea and related products
II.2.3)Place of performanceNUTS code: ITC41 Varese
Main site or place of performance:
II.2.4)Description of the procurement:
This lot is for the supply of coffee and cafeteria products for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 140 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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
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:
the tenderer shall enclose identity details (see Annex I to the specifications), and all the documents and information required under point III.1 'Conditions for participation' of this notice and listed in Annex I to the specifications.
The tenderer shall enclose documentary proof with the name of the country in which he has his head office or is domiciled, as required under law in his country of residence.
The tenderer shall enclose a duly signed and dated solemn declaration stating that he is not in any of the situations which would exclude him from participating in a contract awarded by the European Union. The solemn declaration to be completed must take the form of the template published on the following page, in its entirety: http://ec.europa.eu/oib/procurement_fr.htm
NB: the successful tenderer must, on pain of exclusion, provide the following documentary evidence in support of the solemn declaration prior to signature of the contract.
In the event they are awarded the contract, groupings must provide the solemn declaration along with the supporting documents and information for each individual member.
III.1.2)Economic and financial standingList and brief description of selection criteria:
the tenderer must provide:
— copy of the financial statements (balance sheets and operating accounts) for the past 3 financial years, showing the annual pre-tax profit. If, for a valid reason, the tenderer is unable to provide them, he must enclose a statement as to annual pre-tax profits for the past 3 years. If the financial statements or the declaration show an average loss over the past 3 years, the tenderer must furnish another document as proof of his financial and economic capacity, such as the appropriate guarantee from a third party (e.g. the parent company), statements from auditors, chartered accountants or equivalent,
— statement as to overall annual turnover during the past 3 financial years,
— statement as to specific annual turnover realised during the past 3 financial years.
Minimum level(s) of standards possibly required:
to be selected, the tenderer must provide proof of an average specific annual turnover for the past 3 financial years of:
lot A: frozen products: 190 000 EUR;
lot B: cereals and their derivatives, tinned products, condiments and spices: 160 000 EUR;
lot C: coffee and cafeteria products: 63 000 EUR.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
the tenderer must provide:
— proof of at least 3 years' experience in the field of this invitation to tender. Proof thereof may be a copy of the entry in the professional and companies register (CCIAA), in accordance with the provisions of the State in which he resides. For companies residing in Italy, the certificate issued by the CCIAA will suffice,
proof that the tenderer complies with national and Community legislation in force concerning HACCP (Hazard Analysis Critical Control Point). Means of proof accepted: copy of the HACCP manual or similar certificates,
proof that the tenderer has a reliable self-inspection and traceability system (Regulation (EC) No 178/2002 of the European Parliament and of the Council). Means of proof accepted: copy of the register of batches and ingredient origins,
proof that the tenderer is compliant as regards waste registers. Means of proof accepted: copy from the loading and unloading registers as well as identification forms for waste,
for lot A (Deep-frozen products): proof that the tenderer does not use cold stores that use CFCs and HCFCs for storing chilled and frozen foods. Means of proof: instructions for cold storage use and maintenance, showing the type of gas used,
for lots B (Cereals and their derivatives, tinned products, condiments and spices) and C (Coffee and cafeteria products): proof that the tenderer uses recyclable materials for transport packaging. Means of proof: technical sheet for the packaging or other document which may be necessary to demonstrate compliance with this condition.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Payment at 30 days as stated in the provisions of the draft contract appended to the specifications.
Each individual grouping member must comply with the non-exclusion criteria. The grouping as a whole must comply with the selection criteria (see points III.1.2 and III.1.3) and the different grouping members will be jointly and severally liable for contract performance.
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 25/03/2016
Local time: 17:30
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 01/04/2016
Local time: 10:00
Place:
Office pour les infrastructures et la logistique — Bruxelles (OIB), bâtiment CSM1, Cours Saint-Michel 1 (entrée côté rue Père de Deken 23), 1040 Bruxelles, BELGIUM.
Information about authorised persons and opening procedure:
1 duly authorised representative per tenderer may attend the opening of tenders (a passport or identity card must be presented). Tenderers wishing to attend must inform Unit OIB.02 Public Procurement, in writing (see address details given in point I.1), no later than 2 working days prior to the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
1) The specifications and additional documents (including questions and answers) will be available at the following web address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1319
Interested parties are invited to register via the website. They will then be notified by the online public procurement system of any updates available for this invitation to tender. Parties not registered on the site are requested to consult it regularly. The Commission cannot be held responsible should tenderers not be aware of any additional information on this invitation to tender given on this website.
The website will be updated regularly; it is the responsibility of tenderers to check for any updates and modifications during the tendering period.
Additional information on contract terms, contract renewals, conditions for participation, minimum levels of capacity required, total estimated contract volume, etc. can be found in the specifications available on the aforementioned website. No paper version will be issued. EMAS-certified since 2005, the OIB adopts an environmentally friendly attitude. EMAS is the eco-management and audit scheme, the EU voluntary instrument used by organisations to improve their environmental performance.
2) An optional site visit is planned in accordance with the procedures given in the letter of invitation to tender.
3) For further information on participating in invitations to tender and on the sequence of procedures for public procurement at the OIB, please consult the 'Guide for tenderers' and the brochure 'Doing business with the European Commission', accessible via the link: http://ec.europa.eu/oib/procurement_fr.htm
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
within 2 months of the plaintiff being notified or, failing this, of the date 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.5)Date of dispatch of this notice:11/02/2016