Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of clothing and footwear.
Reference number: OIB.02/PO/2016/016/705.
II.1.2)Main CPV code18000000 Clothing, footwear, luggage articles and accessories
II.1.3)Type of contractSupplies
II.1.4)Short description:
Supply of clothing and footwear.
II.1.5)Estimated total valueValue excluding VAT: 2 350 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Supply of corporate clothing for uniformed staff
Lot No: 1
II.2.2)Additional CPV code(s)18100000 Occupational clothing, special workwear and accessories
18110000 Occupational clothing
18200000 Outerwear
18210000 Coats
18221000 Waterproof clothing
18221300 Raincoats
18222000 Corporate clothing
18222100 Suits
18213000 Wind jackets
18223000 Jackets and blazers
18230000 Miscellaneous outerwear
18232000 Skirts
18234000 Trousers
18235000 Pullovers, cardigans and similar articles
18235200 Cardigans
18300000 Garments
18330000 T-shirts and shirts
18332000 Shirts
18333000 Polo shirts
18420000 Clothing accessories
18423000 Ties
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels-Capital, Luxembourg and Strasbourg.
II.2.4)Description of the procurement:
Purchase of corporate clothing for uniformed staff. Uniformed staff is understood as being male and female staff members who perform receptionist, driver and usher activities.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 660 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Supply of work clothing, footwear and accessories for uniformed staff
Lot No: 2
II.2.2)Additional CPV code(s)18100000 Occupational clothing, special workwear and accessories
18110000 Occupational clothing
18200000 Outerwear
18210000 Coats
18221000 Waterproof clothing
18221300 Raincoats
18213000 Wind jackets
18223000 Jackets and blazers
18230000 Miscellaneous outerwear
18234000 Trousers
18235000 Pullovers, cardigans and similar articles
18300000 Garments
18330000 T-shirts and shirts
18332000 Shirts
18333000 Polo shirts
18420000 Clothing accessories
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels-Capital, Luxembourg and Strasbourg.
II.2.4)Description of the procurement:
Purchase of work clothing, footwear and accessories for uniformed staff. Uniformed staff is understood as being male and female staff members who perform a service activity.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 310 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Supply of town shoes for uniformed staff
Lot No: 3
II.2.2)Additional CPV code(s)18000000 Clothing, footwear, luggage articles and accessories
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels-Capital, Luxembourg and Strasbourg.
II.2.4)Description of the procurement:
Purchase of footwear for uniformed staff. Uniformed staff is understood as being male and female staff members who perform receptionist, driver and usher activities, as well as other service staff.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
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: 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 registersList and brief description of conditions:
the tenderer must enclose identity details (see Annex 1.1A to the specifications for each lot) as well as all the documents and information required under point III.1 'Conditions for participation' of this notice and listed in Annex I to the specifications.
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 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 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 standingList and brief description of selection criteria:
the tenderer must provide:
— a 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 declaration 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,
— a statement as to overall annual turnover during the past 3 financial years related to this contract.
Minimum level(s) of standards possibly required:
to be selected, the tenderer must provide proof of an overall average annual turnover during the past 3 financial years of at least 625 000 EUR/year for lot 1, 120 000 EUR/year for lot 2 and 140 000 EUR/year for lot 3. When tendering for several lots, the minimum amounts are cumulative.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
list of the principal public and/or private contracts which are directly related to the object of this contract and which were carried out during the past 3 years, with details of their values, durations, start dates and full particulars (contact name, address, telephone number, e-mail address) of their public or private recipients.
Minimum level(s) of standards possibly required:
to be selected, the tenderer must provide, for the past 3 years, 3 examples of supplies delivered where the minimum values were 25 000 EUR for lot 1, 5 000 EUR for lot 2 and 10 000 EUR for lot 3 (in total, for the 3 examples to be supplied).
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: 09/09/2016
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 19/09/2016
Local time: 10:00
Place:
Office pour les infrastructures et la logistique — Bruxelles (OIB), bâtiment CSM1, cours Saint-Michel 1 (entrée côté rue Père de Deken 23), 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.