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.

Works - 287593-2015

Display compact view

15/08/2015    S157

France-Strasbourg: Renovation of the blue and yellow framework flocking of the Louise Weiss Building in Strasbourg

2015/S 157-287593

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Parliament
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67070
Country: France
For the attention of: Contracts and Procurement Unit
E-mail: inlo.ao-str@ep.europa.eu

Internet address(es):

General address of the contracting authority: http://europarl.europa.eu

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=943

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
Official name: European Parliament
Postal address: Official Mail Service, Office WIC M-1008, 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67070
Country: France
Contact person: Contracts and Procurement Unit
For the attention of: Office SDM G03033
E-mail: inlo.ao-str@ep.europa.eu
Telephone: +33 388174610

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Renovation of the blue and yellow framework flocking of the Louise Weiss Building in Strasbourg.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Strasbourg, France.

NUTS code FR421 Bas-Rhin

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Renovation of the blue and yellow framework flocking of the Louise Weiss Building in Strasbourg.
II.1.6)Common procurement vocabulary (CPV)

45454100 Restoration work

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 6 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The total amount of interim payments cannot exceed 80 % of the total contract value. Such payments shall be made on the basis of progress reports.
To be acceptable, the contractor's request for payment of the balance must be accompanied by the final detailed account and progress report, drawn up in accordance with the provisions of the contract and its annexes (approved by the contracting authority or the supervisor beforehand), invoices approved in advance by the contracting authority or the supervisor, and a copy of the final acceptance report, following withdrawal of reservations.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See draft contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See specifications.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: the European Parliament requires tenderers to have the administrative authorisations necessary to perform the activity involved in the contract in accordance with national law. The European Parliament will accept as documentary evidence an extract from the trade or professional register, a statement under oath or a certificate showing membership of a specific organisation, entry in the VAT register, or other equivalent official document acceptable to the European Parliament.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: — copy of the complete financial statements (balance sheet, profit and loss account, cash flow table and annexes) published in the annual report and audited or, should this not be obligatory, certified exact and sincere by a representative of the tenderer, for at least the past 3 financial years for which accounts have been closed,
— proof that a valid civil liability insurance policy is held,
— proof that an insurance policy is held covering the decennial guarantee to be applied to the structures involved in the works covered by this invitation to tender.
Minimum level(s) of standards possibly required: — minimum annual turnover of 6 000 000 EUR on average during the past 3 financial years for which accounts have been closed,
— professional risk insurance cover,
— insurance covering the decennial guarantee to be applied to the structures involved in the works covered by this invitation to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
— list of similar works performed over the past 5 years, with details of their values, dates and locations,
— list of 3 references for similar works performed in the past 3 years, attested to by a short presentation and a certificate of satisfactory completion from the customer,
— information on the academic and professional qualifications of the tenderer and/or the company's managerial staff and, in particular, of those responsible for carrying out the works; the information should enable verification as to whether the team of 6 people described below corresponds to the criteria as regards qualifications and experience,
— certificates of professional qualification or any other proof of qualification of the company related to the object of the works (Qualibat or equivalent). In particular, companies must provide the following elements: Qualibat 7143 or equivalent certificate.
Minimum level(s) of standards possibly required:
— at least 5 years' experience of services similar to those in the contract in question,
— 3 references for similar works performed in the past 3 years, attested to by a short presentation and a certificate of satisfactory completion from the customer,
— human and material resources enabling detailed planning to be carried out as well as the works involved in the contract. This criterion will involve a team of at least 6 people specialised in this field and include:
• at least 1 design engineer with more than 5 years' experience in the field related to the operation,
• at least 2 site supervisors with more than 5 years' experience in the field related to the operation,
• at least 3 technicians or skilled workers with 5 years' experience in the field related to the operation,
— certificates of professional qualification or any other proof of qualification of the company related to the object of the works (Qualibat or equivalent). In particular, companies must provide the following elements: Qualibat 7143 or equivalent certificate.
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 procedure
Open
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 criteria

The most economically advantageous tender in terms of the criteria stated below

1. Price. Weighting 70

2. Quality. Weighting 30

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
06A70/2015/M032.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.9.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.10.2015
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 up
Any EU official language
Other: the working language for the procedure and contract performance will be French.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 26.10.2015 - 10:00

Place:

Winston Churchill Building, 1 avenue du Président Robert Schuman, 67000 Strasbourg, FRANCE.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: up to 1 representative per tenderer may attend. For an entry pass to be prepared, please send by e-mail to the address in point I.1 (2 working days before the opening) your company name and the name, position, identity card number and date of birth of your representative. Your representative must carry a valid form of identification.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

1) The European Parliament will organise site visits which will be held on 22, 23 and 24.9.2015 (10:00) at the European Parliament's premises in Strasbourg. Up to 2 representatives per company may attend. For your entry pass to be prepared, please send by e-mail (inlo.ao-str@ep.europa.eu), no later than 17.9.2015, your company name and the name, position, identity card number and date of birth of the participants. Your representatives must carry a valid form of identification.

Once your representatives have been accredited, the European Parliament will provide you with the access procedures, and details of the date of the visit and the location of the meeting point. The date of the visit communicated to you cannot be modified.
Participation in the site visit is mandatory: only those who attended will be permitted to tender. Signature in the attendance register will serve as proof of participation.
2) The European Parliament reserves the right to take up the option to use a negotiated procedure under Article 134(1)(f) of the rules of application of the Financial Regulation, to entrust the successful tenderer with new works consisting in the repetition of similar works, provided that these works conform to the basic project of this invitation to tender.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.8.2015