Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Parliament
Postal address: rue Wiertz 60
Town: Brussels
Postal code: 1047
Country: Belgium
For the attention of: Contracts and Procurement Unit
E-mail: inlo.ao-bru@europarl.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=1046
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:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Invitation to tender No 06D20/2015/M037 — Relocation of the linen room and refurbishment of the changing rooms and sanitary facilities, area ASP -2G.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Execution
Main site or location of works, place of delivery or of performance: Brussels.
NUTS code
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)
Works to relocate the linen room and refurbish the changing rooms and sanitary facilities, area ASP -2G.
II.1.6)Common procurement vocabulary (CPV)45000000 Construction work
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionin days: 170 (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:
An irrevocable, unconditional performance guarantee, payable on first demand, for an amount corresponding to 10 % of the total contract value shall be set up before the first request for payment is made. This guarantee shall be evidenced by a letter of guarantee issued by a bank, financial institution or third party approved by the European Parliament's accounts officer.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Sums owing for performance of the contract will be payable within 60 calendar days of the date on which the payment request is received.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Participation in the invitation to tender procedure is open on equal terms to all natural persons, legal entities and public bodies who fall within the scope of the treaties — particularly those from a Member State of the European Union — and to all natural persons, legal entities and public bodies of non-member countries which have entered into a special agreement with the European Union in the public procurement field, under the conditions laid down by this agreement.
Groupings of economic operators may tender if their members are jointly and severally liable. This may involve an entity with or without legal personality: a consortium, a private agreement or any other appropriate form of cooperation. Prior to contract signature, the European Parliament reserves the right to request that the grouping awarded the contract assume a specific legal form if this is necessary for satisfactory performance of the contract.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: reminder of the exclusion criteria — Articles 106 and 107 of the Financial Regulation:
Article 106:
1. candidates or tenderers shall be excluded from participation in procurement procedures if:
(a) they are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations;
(b) they or persons having powers of representation, decision making or control over them have been convicted of an offence concerning their professional conduct by a judgment of a competent authority of a Member State which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify including by decisions of the EIB and international organisations;
(d) they are not in compliance with their obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) they or persons having powers of representation, decision making or control over them have been the subject of a judgment which has the force of 'res judicata' for fraud, corruption, involvement in a criminal organisation, money laundering or any other illegal activity, where such illegal activity is detrimental to the Union's financial interests;
(f) they are subject to an administrative penalty referred to in Article 109(1).
Points (a)–(d) of the first subparagraph shall not apply in the case of the purchase of supplies on particularly advantageous terms from a supplier which is definitively winding up its business activities or from the receivers or liquidators of a bankruptcy, through an arrangement with creditors, or through a similar procedure under national law.
Points (b) and (e) of the first subparagraph shall not apply where the candidates or tenderers can demonstrate that adequate measures have been adopted against the persons having powers of representation, decision making or control over them, who are subject to a judgment as referred to in points (b) or (e) of the first subparagraph.
(...)
Article 107:
1. a contract shall not be awarded to candidates or tenderers who, at the time of the procurement procedure for this contract:
(a) are subject to a conflict of interests;
(b) are guilty of misrepresenting the information required by the contracting authority as a condition of participation in the procurement procedure or fail to supply that information;
(c) find themselves in 1 of the situations of exclusion, referred to in Article 106(1), for the procurement procedure.
(…)
Tenderers must submit the supporting documents required under the provisions of the specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: — tenderers must submit the supporting documents required under the provisions of the specifications.
Minimum level(s) of standards possibly required: — tenderers must provide proof that they have Class 5 approval in accordance with the provisions of Articles 10 and 11 of the Belgian Royal Decree of 26.9.1991 and all updates thereto, or equivalent in the tenderer's country of origin,
— tenderers must provide proof that they have taken out specific professional risk insurance.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
— tenderers must submit the supporting documents required under the provisions of the specifications.
Minimum level(s) of standards possibly required:
— tenderers must provide proof that they have Category D approval in accordance with the provisions of Article 4 of the Belgian Royal Decree of 26.9.1991 and all updates thereto, or equivalent in the tenderer's country of origin.
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 procedureOpen
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 criteriaLowest price
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
06D20/2015/M037.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate20.10.2015 - 17:00
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 28.10.2015 - 9:30
Place:
rue Montoyer 70, Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative per tenderer.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The European Parliament will organise a site visit to take place on 15.9.2015 (10:00).
The meeting point is set at the entrance to the accreditation centre of the Altiero Spinelli Building in Brussels (see the map appended to the administrative clauses).
Up to 2 representatives per company may attend.
In order to prepare your entry pass, please provide by e-mail (preferably) to the following address: inlo.ao-bru@ep.europa.eu
or by post to the following address:
European Parliament, Directorate-General for Infrastructure and Logistics, Contracts and Procurement Unit, Office MTY 08R003, rue Wiertz 60, 1047 Brussels, BELGIUM,
the following information at least 2 working days before the visit:
— official name of the company,
— e-mail address of the company,
— name, title, identity card number and date of birth of all those participating in the visit.
Your representatives must carry a valid form of identification.
NB: failure to communicate the information requested above in good time might lead to the security services of the European Parliament refusing access to the tenderer's representatives.
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.
The invitation to tender documents in their entirety may be downloaded from the following address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1046
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:10.8.2015