Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 141027-2017

14/04/2017    S74

Belgium-Brussels: Provision of temporary staff for the early childhood centres of the European Commission in Brussels and the surrounding area

2017/S 074-141027

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission
Postal address: CSM 1 05/P001
Town: Bruxelles
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: 1049
Country: Belgium
Contact person: OIB.02.002 Marchés publics
E-mail: oib-marches-publics@ec.europa.eu
Telephone: +32 22986989
Fax: +32 22960570
Internet address(es):
Main address: http://ec.europa.eu
Address of the buyer profile: http://ec.europa.eu/oib/procurement_fr.htm
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=2389
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:

Provision of temporary staff for the early childhood centres of the European Commission in Brussels and the surrounding area.

Reference number: OIB.02/PO/2017/016/761.
II.1.2)Main CPV code
79610000 Placement services of personnel
II.1.3)Type of contract
Services
II.1.4)Short description:

Provision of temporary staff as well as temporary students (M/F) by temporary employment agencies to provide childcare-related services in facilities managed by the European Commission (crèches, kindergartens, after-school childcare facilities and day care activity centres).

There are multiple positions to be filled, including primarily nursery nurses, childcare workers and nursery-school teachers.

II.1.5)Estimated total value
Value excluding VAT: 10 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79610000 Placement services of personnel
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

Brussels and surrounding area.

II.2.4)Description of the procurement:

Provision of temporary staff as well as temporary students (M/F) by temporary employment agencies to provide childcare-related services in facilities managed by the European Commission (crèches, kindergartens, after-school childcare facilities and day care activity centres).

There are multiple positions to be filled, including primarily nursery nurses, childcare workers and nursery-school teachers.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

2 possible 12-month renewals (from the date of contract award).

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

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:

the tenderer shall enclose with his tender all the documents and information required in point III.1 'Conditions for participation' of this notice and listed in Annex I 'Checklist of documents to be completed and provided' to the tender specifications.

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: if groupings are awarded the contract, they must provide the solemn declaration along with the supporting documents and information for each individual member.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

the tenderer must provide:

— copy of the financial statements (balance sheets and operating accounts) for the past 2 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 2 years. If the financial statements or the declaration show an average loss over the past 2 years, the tenderer must provide 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.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

the tenderer must provide:

1) list of the main services provided over the past 3 years, including details of the amounts, dates and particulars of public or private recipients involved;

2) approval obtained from the Brussels-Capital and Flemish regions, allowing the placement of temporary staff with users.

Minimum level(s) of standards possibly required:

along with the list of the main services, the tenderer must submit at least 2 examples of similar contracts carried out during the past 3 years.

'Similar contract' refers to providing temporary staff to the same company with a volume of at least 60 000 hours of services per year.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 16/05/2017
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/05/2017
Local time: 10:00
Place:

Office pour les infrastructures et la logistique — Bruxelles (OIB), bâtiment CSM1, Cours Saint-Michel 23 (entrée côté rue Père de Deken), 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.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

36 months after award.

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=2389

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) During the 3 years following conclusion of the initial contract, the contracting authority will be able to use the negotiated procedure, without prior publication of a contract notice for new services involving the repetition of similar services assigned to the party awarded this contract by the contracting authority.

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.4.1)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 43031
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise 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:
04/04/2017