Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Maintenance and monitoring of the Berlaymont Building's louvre system.
Reference number: OIB.02/PO/2016/047/720.
II.1.2)Main CPV code71356000 Technical services
II.1.3)Type of contractServices
II.1.4)Short description:
Maintenance of the louvre system on the Berlaymont Building's facade in order to avoid breakdowns and replace damaged panes (without replacement of either the motors or the related software).
II.1.5)Estimated total valueValue excluding VAT: 1 165 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
II.2.4)Description of the procurement:
Maintenance of the louvre system on the Berlaymont Building's facade in order to avoid breakdowns and replace damaged panes (without replacement of either the motors or the related software).
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 1 165 000.00 EUR
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 shall enclose identity details (see Annex I to the specifications), and 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 the following documentary evidence in support of the solemn declaration prior to signature of the contract.
NB: in the event they are awarded the contract, groupings 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:
— 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 furnish 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 overall average annual turnover of 4 000 000 EUR for the past 3 financial years.
This minimum annual turnover is justified since contract performance requires a solid company with an organisational structure that includes specialised departments able to respond to any of this facade's technical problems.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
information and formalities necessary for evaluating whether requirements have been met. The tenderer must provide:
— list of the main services carried out during the past 3 years in the field of dynamic and automated facade maintenance (louvre system) for the development of a building of at least 6 floors, with the particulars of the recipients of the services provided;
— company's organisation chart figuring:
an electrical fitter (A2 level) with at least 3 years' experience of sun-protection systems and their related software;
a graduate (Bachelor) with at least 3 years' experience of sun-protection systems and their related software.
This organisation chart shall be substantiated by curricula vitae for the people in the 2 positions referred to above.
Minimum level(s) of standards possibly required:
— to be selected, the tenderer will need to prove that he has carried out at least 1 dynamic facade maintenance contract for buildings of at least 6 floors,
— to be selected, the tenderer must have:
an electrical fitter (A2 level) with at least 3 years' experience of sun-protection systems and their related software;
a graduate (Bachelor) with at least 3 years' experience of sun-protection systems and their related software.
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 29/08/2016
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/09/2016
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.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
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=1720 Interested parties are requested 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.
2) Mandatory site visit at the candidates' written request.
3) 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.
4) 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.4.3)Review procedurePrecise 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:06/07/2016