Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Hire and purchase service for high-volume digital printers/copiers, including software, maintenance, updates, consumables, finishing equipment and related services.
Reference number: OIB.02/PO/2016/008/700
II.1.2)Main CPV code30120000 Photocopying and offset printing equipment
II.1.3)Type of contractServices
II.1.4)Short description:
The contract will cover hire (95 %) or purchase (5 %), complete or partial, of systems for preparing, printing and finishing documents. This will include:
* supply, installation and commissioning of medium- and high-volume digital sheet-fed copiers, and of the different options selected,
* supply of full technical and commercial documentation, as well as all user, maintenance and safety manuals,
* all-purpose maintenance,
* removal of the hired equipment at the end of the contract and, upon request, of old machines,
* provision, upon request, of operators able to work in the various printshops of the institutions on the equipment in each lot, who will be provided with training, where necessary,
on related services (relocation and reinstallation of machines, automation of production processes, minor integration developments, securing documents).
II.1.5)Estimated total valueValue excluding VAT: 16 750 000.00 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 (by hire or puchase) of digital black and white printers/copiers with a capacity of over 500 000 copies per month and a production speed of over 100 pages per minute.
Lot No: 1
II.2.2)Additional CPV code(s)50313100 Photocopier repair services
50313200 Photocopier maintenance services
50314000 Repair and maintenance services of facsimile machines
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels (Belgium), Luxembourg (Luxembourg), Strasbourg (France), Stockholm (Sweden), Ispra (Italy), Petten (Netherlands).
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
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
Supply, by hire or purchase, of high-volume digital printers/copiers (black and white) with a production speed of over 100 A4 pages per minute, including software, maintenance, upgrades, consumables (except paper), finishing equipment and related services.
II.2)Description
II.2.1)Title:
Supply (by hire or puchase) of digital black and white printers/copiers with a capacity of over 1 000 000 copies per month and a production speed of over 200 pages per minute.
Lot No: 2
II.2.2)Additional CPV code(s)50313100 Photocopier repair services
50313200 Photocopier maintenance services
50314000 Repair and maintenance services of facsimile machines
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels (Belgium), Luxembourg (Luxembourg), Strasbourg (France), Stockholm (Sweden), Ispra (Italy), Petten (Netherlands).
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
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
Supply, by hire or purchase, of high-volume digital printers/copiers (black and white) with a minimum production speed of 200 A4 pages per minute, including software, maintenance, upgrades, consumables (except paper), finishing equipment and related services.
II.2)Description
II.2.1)Title:
Supply (by hire or puchase) of digital colour and black and white printers/copiers with a capacity of over 250 000 copies per month and a production speed of over 70 pages per minute.
Lot No: 3
II.2.2)Additional CPV code(s)30121100 Photocopiers
50313100 Photocopier repair services
50313200 Photocopier maintenance services
50314000 Repair and maintenance services of facsimile machines
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels (Belgium), Luxembourg (Luxembourg), Strasbourg (France), Stockholm (Sweden), Ispra (Italy), Petten (Netherlands).
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 4 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
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
Supply, by hire or purchase, of medium-volume digital printers/copiers (colour and black and white) with a minimum production speed of 70 A4 pages per minute, including software, maintenance, upgrades, consumables (except paper), finishing equipment and related services.
II.2)Description
II.2.1)Title:
Supply (by hire or purchase) of digital colour and black and white printers/copiers with a capacity of over 350 000 copies per month and a production speed of over 80 A4 pages per minute.
Lot No: 4
II.2.2)Additional CPV code(s)50313100 Photocopier repair services
50313200 Photocopier maintenance services
50314000 Repair and maintenance services of facsimile machines
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels (Belgium), Luxembourg (Luxembourg), Strasbourg (France), Stockholm (Sweden), Ispra (Italy), Petten (Netherlands).
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 6 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
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
Supply, by hire or purchase, of high-volume digital printers/copiers (colour) with a minimum production speed of 80 A4 pages per minute, including software, maintenance, upgrades, consumables (except paper), finishing equipment and related services.
II.2)Description
II.2.1)Title:
Offline finishing equipment (saddle staplers, hot binding machines, trimming machines)
Lot No: 5
II.2.2)Additional CPV code(s)42991100 Bookbinding machinery
42991000 Paper, printing and bookbinding machinery and parts
50530000 Repair and maintenance services of machinery
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels (Belgium), Luxembourg (Luxembourg), Strasbourg (France), Stockholm (Sweden), Ispra (Italy), Petten (Netherlands).
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
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
Offline finishing peripherals (not connected or connectable to the copiers in lots 1 to 4, but must enable the sophisticated finishing to be done for work produced on the copiers in these lots). These peripherals may be systems of binding (by gluing or stapling) and finishing (guillotine).
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, as well as all the documents and information required under point III.1 'Conditions for participation' of this notice and listed in Annex 1 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 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.
NB: 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:
— a 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,
— a statement as to overall annual turnover during the past 3 financial years.
Minimum level(s) of standards possibly required:
• to be selected, the tenderer must provide proof of an overall average annual turnover of at least:
— 2 500 000 EUR for lot 1,
— 2 250 000 EUR for lot 2,
— 4 500 000 EUR for lot 3,
— 6 500 000 EUR for lot 4,
— 1 000 000 EUR for lot 5.
If tenders are submitted for several lots, the overall annual average turnover must be at least equal to the total of the minimum sums required for each lot.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
the tenderer must provide:
— a list of the main references in Europe from public or private contracts performed over the past 5 years. This list must prove that the supplies and services delivered are related to this contract. The following must therefore be specified: names and addresses of the recipients, description of the machines and additional services provided (maintenance, updates, etc.), amounts invoiced,
— proof that the tenderer has a quality management system (ISO 9001 or equivalent),
— proof that the tenderer has an environmental management system (ISO 14001, EMAS or equivalent).
Minimum level(s) of standards possibly required:
minimum requirement: lots 1 to 4: provision of at least 5 machines in a category corresponding to the lot for which the tenderer is applying; lot 5: provision of at least 3 machines.
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 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 participateDate: 10/05/2016
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: 17/05/2016
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.02.002 Public Procurement, in writing (see address details given in point I.1), no later than 2 working days prior to the opening session.