Supplies - 151728-2017

22/04/2017    S79

Italy-Ispra: Supply of drinks for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy

2017/S 079-151728

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission
Town: Ispra VA
NUTS code: ITC41 Varese
Postal code: 21027
Country: Italy
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=2428
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:

Supply of drinks for the canteen at the Joint Research Centre (JRC), Ispra (Varese) site, Italy.

Reference number: OIB.02/PO/2017/007/751.
II.1.2)Main CPV code
15000000 Food, beverages, tobacco and related products
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The contract involves the supply of drinks for the catering services of the Joint Research Centre in Ispra. This includes the supply of drinks to the 2 self-service restaurants, 1 restaurant with table service and the cafeteria, as well as the new management of the clubhouse located outside the JRC (Varese), Italy.

This is a framework contract in cascade with a maximum of 2 contractors for the purchase of drinks such as still and sparkling water, soft drinks, beer, wine and alcoholic beverages.

II.1.5)Estimated total value
Value excluding VAT: 250 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
15900000 Beverages, tobacco and related products
15320000 Fruit and vegetable juices
II.2.3)Place of performance
NUTS code: ITC41 Varese
Main site or place of performance:

Ispra (Varese), Italy.

II.2.4)Description of the procurement:

The contract involves the supply of drinks for the catering services of the Joint Research Centre in Ispra. This includes the supply of drinks for the 2 self-service restaurants, 1 restaurant with table service and the cafeteria, as well as the new management of the clubhouse located outside the JRC (Varese), Italy.

This is a framework contract in cascade with a maximum of 2 contractors for the purchase of drinks such as still and sparkling water, soft drinks, beer, wine and alcoholic beverages.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 250 000.00 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 multiple framework contract with a maximum of 2 contractors will run for an initial 12 months, and may be renewed by tacit agreement for 3 periods of 12 months.

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 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 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:

— list of the main deliveries made by the tenderer over the past 3 years in the field covered by this contract (provision of at least 3 references of 3 000 EUR per year),

— 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.

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
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: 29/05/2017
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: 07/06/2017
Local time: 10:00
Place:

tenders will be opened at the following address: l'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=2428

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) The multiple framework contract with a maximum of 2 contractors will run for an initial 12 months, and may be renewed by tacit agreement for 3 periods of 12 months.

3) An optional site visit is planned to inform tenderers of the rules concerning customs at the JRC site. The procedures for participation are listed in the letter of invitation to tender.

4) 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

5) Additional 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), either in Brussels or Ispra. Tenderers wishing to participate must inform Unit OIB.02.002 'Public Procurement' by fax (see number given in point I.1) 1 week before the date of the opening of tenders, at the latest.

The opening will be broadcast via videoconference to the Joint Research Centre in Ispra at the following address: via E. Fermi 2749, bâtiment 66 — TP 660, 21027 Ispra VA, ITALY.

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.5)Date of dispatch of this notice:
12/04/2017