Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 207889-2018

16/05/2018    S92

Belgium-Brussels: Parcels and publications transport services from Brussels to the rest of the world and vice versa

2018/S 092-207889

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: 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.cfm
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=3571
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3571
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:

Parcels and publications transport services from Brussels to the rest of the world and vice versa

Reference number: OIB.02/PO/2018/002/747
II.1.2)Main CPV code
60161000 Parcel transport services
II.1.3)Type of contract
Services
II.1.4)Short description:

The services cover the handling, transport and delivery to recipients of various shipments (publications and other items in the form of parcels, pallets, boxes and other packaging), insurance, formalities and subsequent administrative and customs costs, as well as specific cases of packaging related to the legislation of the recipient countries. In the majority of cases, shipments will be prepared on film-wrapped pallets. Shipments from Brussels will be made from the building occupied by the central mail services of the commission, to be dispatched to 4 destination zones: zone 1 (EU and EFTA), zone 2 (other European countries), zone 3 (countries of the North American Free Trade Agreement- NAFTA) and zone 4 (rest of the world).

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)
60220000 Mail transport by railway
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:

Main place of performance of work, delivery of supplies or provision of services: delivery from Brussels, Belgium, to the rest of the world and vice versa.

II.2.4)Description of the procurement:

The services cover the handling, transport and delivery to recipients of various shipments (publications and other items in the form of parcels, pallets, boxes and other packaging), insurance, formalities and subsequent administrative and customs costs, as well as specific cases of packaging related to the legislation of the recipient countries. In the majority of cases, shipments will be prepared on film-wrapped pallets. Shipments from Brussels will be made from the building occupied by the central mail services of the commission, to be dispatched to 4 destination zones: zone 1 (EU and EFTA), zone 2 (other European countries), zone 3 (countries of the North American Free Trade Agreement- NAFTA) and zone 4 (rest of the world).

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: yes
Identification of the project: EU administrative appropriations
II.2.14)Additional information

Estimated volume of parcels: 13 000 parcels.

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 must enclose with its 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 must in particular enclose a duly signed and dated solemn declaration stating that it is not in any of the situations which would exclude it 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.cfm

NB: the successful tenderer must, on pain of exclusion, provide the following documentary evidence in support of the solemn declaration prior to signing 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 profit and loss accounts) for the last 3 financial years, showing the annual pre-tax results. If, for a valid reason, the tenderer is unable to provide these, it must enclose a statement as to annual pre-tax results 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 its financial and economic capacity, such as the appropriate guarantee from a third party (e.g. a parent company), statements from auditors, professional 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 annual turnover for the past 3 financial years of EUR 200 000.

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

The tenderer must provide:

— a list of the main services performed over the past 3 years in the field concerned with a brief description of the volume of services provided and an indication of the amounts, dates and the names of the recipients of the shipments.

For quality management:

The tenderer must prove the existence of an organisation based on a quality assurance system that meets at least the requirements of ISO 9001 standard:

— either by providing a copy of the ISO 9001 certificate specifying the area covered and the accredited body that issued the certificate,

— or by providing a copy of any other equivalent reference that may be subject, following a third-party audit, to a recognition such as certification, authorisation or accreditation,

— or by providing documentation of the quality management system implemented by the tenderer, with a written commitment signed by the person authorised to commit the tenderer; this documentation must include at least:

—— the quality policy and the 'quality' objectives,

—— a documentary system (control of internal and external documents, control of recordings, control of non-conformities, preventive actions, corrective actions and internal audits),

—— mapping and definition of the processes to be applied,

—— a verification system (internal audit, etc.),

—— a system of analysis of the results (management review, complaints, surveys, satisfaction, indicators, etc.).

For environmental management:

The tenderer must provide an ISO 14001, EMAS or equivalent certification in the field of transport and resource/logistics.

The equivalent would be an environmental management plan written and validated by management (e.g. the board of directors) listing the critical activities, the means (or policy) implemented, the planned improvements, and any other information about the results.

Minimum level(s) of standards possibly required:

The tenderer must justify a minimum of 2 000 shipments per year spread over at least 15 European countries.

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 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 participate
Date: 18/06/2018
Local time: 17:00
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: 19/06/2018
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:

One 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 the 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=3571 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 website are requested to consult it regularly. The Commission cannot be held liable should tenderers not be aware of any additional information on this invitation to tender given on this website.

The website will be updated regularly and 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 tender 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 the conclusion of the initial contract, the contracting authority may 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.cfm

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-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:
03/05/2018