We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 185938-2017

18/05/2017    S95

Belgium-Brussels: Development of inspection methodologies and ad hoc performance of inspections relating to contracts associated with buildings occupied or managed by the European Commission in Brussels

2017/S 095-185938

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: Office pour les infrastructures et la logistique — Bruxelles
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=2466
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:

Development of inspection methodologies and ad hoc performance of inspections relating to contracts associated with buildings occupied or managed by the European Commission in Brussels.

Reference number: OIB.02/PO/2017/008/753.
II.1.2)Main CPV code
71731000 Industrial quality control services
II.1.3)Type of contract
Services
II.1.4)Short description:

This contract is for consultancy assignments in order to draw up inspection methodologies for services provided by various contractors of the European Commission in buildings managed by the Office for Infrastructure and Logistics (OIB) as well as the ad hoc performance of relevant audits.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71700000 Monitoring and control services
71356200 Technical assistance services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

Brussels-Capital Region and the surrounding area.

II.2.4)Description of the procurement:

This contract is for consultancy assignments in order to draw up inspection methodologies for services provided by various contractors of the European Commission in buildings managed by the Office for Infrastructure and Logistics (OIB) as well as the ad hoc performance of relevant audits.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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 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 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,

— 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 average overall annual turnover for the past 3 financial years of 200 000 EUR.

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

the tenderer must provide:

— a list of services in the field of quality control for services provided over the past 5 years relating to the maintenance, repair and operation of buildings, with details of the values and dates as well as the particulars of the public or private customers involved,

— the educational and professional qualifications (CVs) of the tenderer's staff as well as their professional experience,

— quality management certification (e.g. ISO 9001 or equivalent) or, if the tenderer has no access to such certificates or no possibility of obtaining them within the time limits set, other evidence of equivalent quality assurance measures provided by himself. By this, the contracting authority means a quality management system that has been written and approved (either by the director or by the board of directors), is public (if possible), and lists all measures implemented in the fields of quality management, quality assurance, quality planning and continuous quality improvement (e.g. by using the Deming Cycle) in order to ensure both customer satisfaction and the quality of the products and services provided.

Minimum level(s) of standards possibly required:

to be selected, these projects must provide proof of (i) the company's ability to develop inspection methodologies, as well as (ii) the performance of inspections of contractual services on the basis of existing methodologies.

The supporting documents must provide proof of at least 5 projects that were carried out over the past 5 years within the scope of this contract. Said projects must cover the following 2 fields: 'HVAC' and 'finishings' (including joinery, partitioning, painting, floor-covering, masonry) as well as 2 of the other fields covered in the specifications: water and sanitation, electricity, remote management, fire detection, lifting machinery, wiring, metal joinery, cleaning premises, cleaning windows, maintenance of green areas.

Each of the 5 projects must have a value of at least 25 000 EUR.

To be selected, the tenderer must provide proof that he has staff members with the following profiles (1 person may meet 1 or more of the minimum requirements listed below):

— project manager for quality control (coordinator): have a degree in engineering or architecture; the person selected must have at least 2 years' experience in project coordination. He must provide proof of at least 5 years' experience in quality control in various fields of building maintenance and operation,

— quality controller vis-à-vis HVAC/electricity/water and sanitation: either 1 electromechanical engineer with at least 5 years' professional experience, including 2 years in quality control, or 1 person with a technical degree (electromechanics, control, etc.) with 10 years' professional experience in installing/operating technical installations in buildings. In addition, the person must have at least 1 year of experience in the field of the energy performance of buildings,

— quality controller vis-à-vis building and finishing works: either 1 engineer/architect with 5 years' experience in performing works in buildings (structural works and finishings), or 1 person with a technical degree with 10 years' experience in fitting-out or structural works.

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: 3
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: 07/08/2017
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: 17/08/2017
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=2466

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:
05/05/2017