Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
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:
Preventive and curative maintenance services for catering equipment
Reference number: OIB.02/PO/2018/012/752
II.1.2)Main CPV code50883000 Repair and maintenance services of catering equipment
II.1.3)Type of contractServices
II.1.4)Short description:
Preventive and curative maintenance services for catering, kitchen, cafeteria and laundry equipment and related services for collective and formal catering facilities. These services include, among others:
— replacement of spare parts and consumables necessary for the provision of the above services,
— recovery, transport and disposal or recovery of hazardous and non-hazardous waste from refrigeration installations,
— removal of existing used kitchen equipment for recycling,
— the provision of a CMMS-type maintenance activity management tool.
II.1.5)Estimated total valueValue excluding VAT: 7 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)48900000 Miscellaneous software package and computer systems
90523000 Toxic waste disposal services except radioactive waste and contaminated soil
34913000 Miscellaneous spare parts
II.2.3)Place of performanceNUTS 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:
Preventive and curative maintenance services for catering, kitchen, cafeteria and laundry equipment and related services for collective and formal catering facilities. These services include, among others:
— replacement of spare parts and consumables necessary for the provision of the above services,
— recovery, transport and disposal or recovery of hazardous and non-hazardous waste from refrigeration installations,
— removal of existing used kitchen equipment for recycling,
— the provision of a CMMS-type maintenance activity management tool.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 7 200 000.00 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: yes
Identification of the project: EU administrative appropriations
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 must enclose with its 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 must in particular enclose a duly signed and dated solemn declaration stating that it is not in any of the situations which would exclude it 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.cfm.
NB: the successful tenderer must, on pain of exclusion, provide the following documentary evidence in support of the solemn declaration prior to signing 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 standingList and brief description of selection criteria:
The tenderer must provide:
— copy of the financial statements (balance sheets and profit and loss accounts) for the last 3 financial years, showing the annual pre-tax profit. If, for a valid reason, the tenderer is unable to provide these, it 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 provide another document as proof of its financial and economic capacity, such as the appropriate guarantee from a third party (e.g. the parent company), statements from auditors, professional accountants or equivalent.
— 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 have achieved an average annual turnover over the last 3 financial years of at least 1 800 000 EUR.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The tenderer must provide:
1) a summary list of a maximum of 10 contracts completed or in progress during the last 3 years, relating to the subject of the contract.
This list must state the name of the public or private beneficiary, the list of services, the place or places of execution and the sectors (hospital, industrial, etc.), the amount per contract as well as the completion period.
2) proof that it can have at least one dispatcher and 9 technicians available.
To this end it will provide the CV's of 9 technicians and a dispatcher demonstrating their level of qualification and professional experience.
The commission reserves the right to request, during the execution, certified copies of their qualifications as well as the corresponding work certificates.
Minimum level(s) of standards possibly required:
To be selected, the tenderer will have to prove that these contracts cover a cumulative minimum amount of 500 000 EUR.
— the dispatcher must have at least 3 years' experience in dispatching interventions in the maintenance and repair of catering, kitchen, cafeteria and laundry equipment, or in a similar field,
— the 9 technicians must have at least 2 years’ experience in electromechanics in the market field and hold the basic certifications: VCA, BA4 and BA5. Among those 9 technicians:
—— 4 specialised refrigeration technicians holding a category 1 certificate in refrigeration technology,
—— 1 technician must have a minimum of 2 years experience in curative and preventive maintenance of descending spiral pallet conveyors.
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 14/05/2018
Local time: 15:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/05/2018
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:
One duly authorised representative per tenderer may attend the opening of tenders (a passport or identity card must be presented). Tenderers wishing to participate must inform the OIB.02.002. Public contracts, in writing, at the latest two working days before the opening session (see contact details under point I.1).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
36 months after the award
VI.3)Additional information:
1) The tender 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=3425. 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 liable should tenderers not be aware of any additional information on this invitation to tender given on this website.
The site will be updated regularly and 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 tender 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) Executive agencies may be included in the contract as contracting authorities (within a limit of 10 % of the total contract value and for all the executive agencies taken together) if, at the time of publication of this invitation to tender, they were not yet officially set up or in the process of being set up and, consequently, no formal designation could be specified in the invitation to tender documents;
3) 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.
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:23/03/2018