Supplies - 276550-2016

10/08/2016    S153

Belgium-Brussels: Purchase of X-ray inspection tunnels, walk-through metal detectors, handheld detectors and all other accessories

2016/S 153-276550

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, direction générale des ressources humaines et de la sécurité, unité HR.R.3 «Finances, marchés publics et contrôle interne»
Postal address: bureau SC 11 6/28
Town: Bruxelles
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1049
Country: Belgium
Contact person: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1794
E-mail: hr-contrats-marches@ec.europa.eu
Internet address(es):
Main address: http://ec.europa.eu/dgs/human-resources/markets_fr.htm
Address of the buyer profile: http://europa.eu/eas/calls_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=1794
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
Public order and safety

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Purchase of X-ray inspection tunnels, walk-through metal detectors, handheld detectors and all other accessories.

Reference number: HR/R3/PO/2016/021.
II.1.2)Main CPV code
38580000 Non-medical equipment based on the use of radiations
II.1.3)Type of contract
Supplies
II.1.4)Short description:

This contract covers the purchase of X-ray inspection tunnels, walk-through metal detectors and accessories (lot 1), as well as portable detection equipment, handheld metal detectors, CBRNE (chemical, biological, radiological, nuclear and explosives) detectors and accessories (lot 2) for the buildings occupied and/or managed by the Commission services in Brussels and Luxembourg.

II.1.5)Estimated total value
Value excluding VAT: 3 355 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Purchase of X-ray inspection tunnels, walk-through metal detectors and accessories

Lot No: 1
II.2.2)Additional CPV code(s)
38580000 Non-medical equipment based on the use of radiations
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
NUTS code: LU000 Luxembourg (Grand-Duché)
Main site or place of performance:

Brussels-Capital Region and surrounding area (25-km radius of Brussels) and Luxembourg City, in the buildings occupied and/or managed by the Commission services.

II.2.4)Description of the procurement:

Please refer to the website specified in point I.3.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 3 025 000.00 EUR
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 credits.
II.2.14)Additional information

Please refer to the website specified in point I.3.

II.2)Description
II.2.1)Title:

Purchase of handheld detectors and accessories

Lot No: 2
II.2.2)Additional CPV code(s)
38580000 Non-medical equipment based on the use of radiations
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
NUTS code: LU000 Luxembourg (Grand-Duché)
Main site or place of performance:

Brussels-Capital Region and surrounding area (25-km radius of Brussels) and Luxembourg City, in the buildings occupied and/or managed by the Commission services.

II.2.4)Description of the procurement:

Please refer to the website specified in point I.3.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 330 000.00 EUR
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 credits.
II.2.14)Additional information

Please refer to the website specified in point I.3.

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:

please refer to the website specified in point I.3.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please refer to the website specified in point I.3.

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: 09/09/2016
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 19/09/2016
Local time: 11:00
Place:

please refer to the website specified in point I.3.

Information about authorised persons and opening procedure:

please refer to the website specified in point I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Please refer to the website specified in point I.3. The website will be updated regularly and it is therefore the tenderer's responsibility to check for updates and modifications during the tendering period. No paper version will be provided.

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
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

please refer to the website specified in point I.3.

VI.5)Date of dispatch of this notice:
29/07/2016