Services - 177725-2014

Display compact view

28/05/2014    S102

Belgium-Brussels: Health inspection services and analyses of food and drinks prepared and/or distributed in the restaurants, self-service restaurants, cafeterias, crèches, childcare facilities and vending machines located in the buildings occupied and/or managed by the European Commission in Brussels

2014/S 102-177725

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission
Postal address: CSM 1 05/43
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: Office for Infrastructure and Logistics — Brussels
For the attention of: OIB.DR.2 Finance and Public Procurement
E-mail: oib-marches-publics@ec.europa.eu
Telephone: +32 22986989
Fax: +32 22960570

Internet address(es):

General address of the contracting authority: http://ec.europa.eu

Address of the buyer profile: http://ec.europa.eu

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=513

Electronic submission of tenders and requests to participate: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=513

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Health inspection services and analyses of food and drinks prepared and/or distributed in the restaurants, self-service restaurants, cafeterias, crèches, childcare facilities and vending machines located in the buildings occupied and/or managed by the European Commission in Brussels.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Brussels and surrounding area.

NUTS code BE BELGIQUE-BELGIË

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 860 000 and 1 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
Provision of health inspection services and analyses of food and drinks prepared and/or distributed in the restaurants, self-service restaurants, cafeterias, crèches, childcare facilities and vending machines located in the buildings occupied and/or managed by the European Commission in Brussels and the surrounding area. The analyses and inspections to be carried out are either regular (according to a predefined schedule) or specific (at the contracting authority's request).
II.1.6)Common procurement vocabulary (CPV)

71600000 Technical testing, analysis and consultancy services, 71700000 Monitoring and control services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated volume given below is in no way binding on the Commission and is given for information only.
Estimated value excluding VAT:
Range: between 860 000 and 1 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment at 30 days as stated in the provisions of the draft contract appended to the specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
All grouping members must comply with the non-exclusion and selection criteria (see points III.2.1, III.2.2 and III.2.3) and be jointly and severally liable for performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A. Submission of the tender:
tenders must be submitted in a double envelope. Both envelopes must be sealed and the inner one must be marked with both the name of the department which it is addressed to (see above) and the following:
'OIB.DR.2/PO/2013/080/603 — Offre de (name of tenderer) — À ne pas ouvrir par le service du courrier'.
Self-seal envelopes must be sealed with adhesive tape, with the sender's signature written across the tape.
Tenderers may elect to send their tenders:
(a) either by post or courier addressed to the official address in point I.1 of this notice. In this case, the date of dispatch will be evidenced by the postmark or the date on the delivery receipt;
(b) or by delivering them straight to the European Commission's Central Mail Department, either in person or via any representative of theirs, courier services included. In this latter case, the full address given in point I.1 of this notice must be written on the outer envelope. Confirmation that the tender has been delivered will be in the form of a dated receipt issued by the European Commission's Central Mail Department. The address of the European Commission's Central Mail Department is avenue du Bourget 1, 1140 Brussels. Its opening hours are 8:00–17:30, Monday to Friday, Commission holidays excepted.
B. Tenderer's references:
the tenderer (or each member in the case of groupings) must:
— quote reference 'OIB.DR.2/PO/2013/080/603' in the cover letter with his tender,
— enclose identity details (groupings shall provide these separately for each member and state which is the lead company) as follows: name, legal status, nationality, address, telephone and fax numbers, contact name and e-mail address, VAT number and legal registration number (where applicable),
— enclose the documents and information required under point III.2 'Conditions for participation'.
C. Legal position:
— 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 disqualify him from taking part 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, furnish the following documentary evidence in support of the solemn declaration prior to signature of the contract:
— recent extract from the judicial record or, failing this, an equivalent document recently issued by an appropriate judicial or administrative body in the country in which the tenderer resides, stating that he is not bankrupt or being wound up, his affairs are not being administered by the court, he has not entered into an arrangement with creditors, he has not suspended business activities, he is not the subject of proceedings of this nature, nor is he in any analogous situation arising from a similar procedure under national laws or regulations,
— recent extract from the judicial record or, failing this, an equivalent document recently issued by an appropriate judicial or administrative body in the country in which the tenderer resides, stating that he has not been convicted of an offence concerning his professional conduct by a judgment which has the force of 'res judicata' and has not been the subject of a judgment which has the force of 'res judicata' for fraud, corruption, involvement in a criminal organisation or for any other illegal activity detrimental to the Union's financial interests,
— recent certificate issued by an appropriate body in the country in which the tenderer resides, stating that he has fulfilled his obligations in respect of payment of social security contributions,
— recent certificate issued by an appropriate body in the country in which the tenderer resides, stating that he has fulfilled his obligations in respect of payment of taxes (direct taxes and VAT) in accordance with legal provisions in said country.
Where no such documents or certificates are issued in the country concerned, they may be replaced by a statement under oath, or failing that, a solemn declaration made by the tenderer before a judicial or administrative body, a notary or a qualified professional body in said country.
NB: groupings must furnish the solemn declaration along with the supporting documents and information, in the event they are awarded the contract, for each individual member.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: the tenderer must provide:
— copy of financial statements for the past 3 financial years, showing annual pre-tax profits. 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 financial years. If the operating accounts or the statement show an average loss over the past 3 financial years, then the tenderer must furnish another document as proof of his financial and economic capacity, such as an appropriate guarantee from a third party (e.g. the parent company), statements from auditors or equivalent,
— statement as to overall annual turnover during the past 3 financial years,
— statement as to specific average annual turnover related to this contract and achieved during the past 3 financial years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
the tenderer must provide:
— accreditation in accordance with standard EN ISO/IEC 17025 for performing laboratory analyses relating to the services in this contract. The tenderer must have accreditation at the time of submitting his tender, at the latest,
— accreditation in accordance with standard EN ISO/IEC 17020 for performing inspections relating to the services in this contract. The tenderer must have accreditation at the time of submitting his tender, at the latest,
— with regard to managerial staff: the tenderer must have at least 1 manager/deputy, who will be assigned to carry out the contract, if awarded it.
Minimum level(s) of standards possibly required:
— to be selected, the tenderer must provide proof that the manager/deputy has, as a minimum, university-level training or equivalent, in the field of health inspections and analyses of food and drinks, with at least 3 years' professional experience in said field. Proof of this experience will be demonstrated by a CV.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: accreditation in accordance with standards EN ISO/TEC 17025 and EN ISO/TEC 17020.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OIB.DR.2/PO/2013/080/603.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.7.2014 - 17:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 11.7.2014 - 10:00

Place:

Office for Infrastructure and Logistics, CSM 1 Building, room SDR 05/029, cours Saint-Michel 23 (entrance via rue Père de Deken), 1040 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes
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). Tenderers wishing to participate must inform Unit OIB.DR.2 Finance and Public Procurement in writing (details given in point I.1 above) 2 working days before the tender opening session, at the latest.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: if yes, provisional timetable for publication of subsequent notices: 36 months after award.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
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=513

If they wish, interested parties may register via the website (e-tendering). 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 the Internet site.
No paper version will be issued. Certified 'EMAS' in 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 framework contract will run for a maximum of 4 years: 2 years, with 2 renewals by tacit agreement for 1 year each time (2+1+1).
3) Point II.1.4 'Information on framework agreement':
the contract will be awarded as a successive multiple framework contract to the 3 compliant tenders with the lowest price.
A successive multiple framework contract is understood as being a situation where a separate framework contract is entered into on identical terms between the contracting authority and several companies. This is to ensure that the contract will be carried out successively by 1 or other of the contractors, should the first contractor be unavailable. Unavailable is understood by the contracting authority as being any conflict of interests with 1 or several of the 4 distributors of catering and automatic distribution services covered by the inspections in this invitation to tender.
Once the shortlisted tenders have been assessed, the contracting authority will draw up a list of tenderers in descending order to establish the order in which they will be called upon when the order is placed. Should the first tenderer on the list be unavailable, the contracting authority may call upon the tenderer in second position, then if necessary, and following the same procedure, upon the one in third position.
4) 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.

5) 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 appeal
VI.4.1)Body responsible for appeal procedures

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 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.5.2014