Belgium-Brussels: DIGIT/R3/PO/2015/023 — PrinCESSe II — lot 1 — acquisition of group and personal multifunctional devices, printers, scanners, specific purpose output and imaging devices, their options, extensions and consumables, related services
2016/S 112-198639
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Informatics.
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DIGIT/R3/PO/2015/023 — PrinCESSe II — lot 1 — acquisition of group and personal multifunctional devices, printers, scanners, specific purpose output and imaging devices, their options, extensions and consumables, related services.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Main site or location of works, place of delivery or of performance: Brussels, Luxembourg, Strasbourg, Ispra, Dublin, Grange, and the Hague.
NUTS code
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 agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: Standard lifetime of devices.
II.1.5)Short description of the contract or purchase(s)
Acquisition of equipment for printing, copying and scanning, document output and imaging, provision of basic services (e.g managed print service or maintenance) and optional services (e.g. VIP maintenance, pull printing/push scanning, training). See tendering specifications for details.
II.1.6)Common procurement vocabulary (CPV)30230000 Computer-related equipment
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See tendering specifications.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not for the call for tenders, nor for the framework contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: See tendering specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tendering specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tendering specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DIGIT/R3/PO/2015/023 — PrinCESSe II — lot 1 — acquisition of group and personal multifunctional devices, printers, scanners, specific purpose output and imaging devices, their options, extensions and consumables, related services.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 1.8.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate1.8.2016 - 23:59
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 3.8.2016 - 15:00
Place:
rue Belliard 28, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Max. 2 representatives per tenderer.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
1. New registration procedure (e-tendering):
The tendering specifications and additional documents (including questions and answers) will be made available from the following website address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1516 If they wish so, interested parties may register via the website. This will allow them to be informed from the e-tendering system when an update with regard to the present call for tenders is made available.
Non-registered parties are invited to consult the website regularly. The European Commission will not be liable if tenderers do not take notice of the additional information published on the website with regard to the present call for tenders.
No paper copy will be issued. The Directorate-General for Informatics was certified ‘EMAS’ in 2008 and adopts therefore environmentally friendly behaviour. EMAS is the eco-management and audit scheme, the EU voluntary instrument used by organisations to improve their environmental performance.
Further information on the conditions relating to the contract, contract durations, contract renewals, conditions for participation, minimum capacity levels demanded, estimated total volume of the supplies and services, information on the specific contracts to be awarded, required information about the staff responsible for the execution of the service, etc. is provided in the tendering specifications available from the website address mentioned above.
2. Apart from the European Commission, the following (48) EU institutions will be participating as contracting authorities under PrinCESSe II:
European institutions/bodies/agencies, location:
Agency for the Cooperation of Energy Regulators, Ljubljana, Slovenia;
Bio-based Industries Joint Undertaking, Brussels, Belgium;
Office of the Body of European Regulators for Electronic Communications, Riga, Latvia;
Translation Centre for the Bodies of the European Union, Luxembourg, Luxembourg;
European Centre for the Development of Vocational Training, Thessaloniki, Greece;
European Police College, Budapest, Hungary;
Consumers, Health, Agriculture and Food Executive Agency, Luxembourg, Luxembourg;
Clean Sky 2 Joint Undertaking, Brussels, Belgium;
Court of Justice of the European Union, Luxembourg, Luxembourg;
Education, Audiovisual and Culture Executive Agency, Brussels, Belgium;
European Aviation Safety Agency, Cologne, Germany;
Executive Agency for Small and Medium-sized Enterprises, Brussels, Belgium;
European Asylum Support Office, Valletta, Malta;
European Banking Authority, London, United Kingdom;
European Court of Auditors, Luxembourg, Luxembourg;
European Defence Agency, Brussels, Belgium;
European Data Protection Supervisor, Brussels, Belgium;
European Environment Agency, Copenhagen, Denmark;
European External Action Service, Brussels, Belgium;
European Economic and Social Committee / Committee of the Regions of the European Union, Brussels, Belgium;
European Fisheries Control Agency, Vigo, Spain;
European Food Safety Authority, Parma, Italy;
European Institute for Gender Equality, Vilnius, Lithuania;
European Insurance and Occupational Pensions Authority, Frankfurt-on-Main, Germany;
European Institute of Innovation and Technology, Budapest, Hungary;
European Parliament, Brussels, Belgium; Luxembourg, Luxembourg; Strasbourg, France;
European Railway Agency, Valenciennes, France;
European Research Council Executive Agency, Brussels, Belgium;
European Securities and Markets Authority, Paris, France;
European Agency for the Operational Management of Large-Scale IT Systems In the Area of Freedom, Security and Justice, Tallinn, Estonia; Strasbourg, France; Brussels, Belgium/Austria;
European Agency for Safety and Health at Work, Bilbao, Spain;
Euratom Supply Agency, Luxembourg, Luxembourg;
European Union Agency for Criminal Justice Cooperation (Eurojust), The Hague, Netherlands;
European Police Office (Europol), The Hague, Netherlands;
European Schools, Brussels, Belgium; Luxembourg, Spain, Italy, Netherlands, Germany, United Kingdom;
European Joint Undertaking for ITER and the Development of Fusion Energy, Barcelona, Spain/France;
Fuel Cells and Hydrogen 2 Joint Undertaking, Brussels, Belgium;
European Union Agency for Fundamental Rights, Vienna, Austria;
European Agency for the Management of Operational Cooperation at the External Borders of the Member States of the European Union, Warsaw, Poland;
European Global Navigation Satellite Systems Agency, Prague, Czech Republic, Saint-Germain-en-Laye, France;
Innovative Medicines Initiative 2 Joint Undertaking, Brussels, Belgium;
Innovation and Networks Executive Agency, Brussels, Belgium;
European Union Intellectual Property Office (EUIPO), Alicante, Spain;
European Ombudsman, Strasbourg, France/Brussels, Belgium;
Research Executive Agency, Brussels, Belgium;
SESAR Joint Undertaking, Brussels, Belgium;
Shift2Rail Joint Undertaking, Brussels, Belgium;
Single Resolution Board, Brussels, Belgium (temporary).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open 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:1.6.2016