Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
General contractor for maintenance and structural works and finishings in the buildings the managed and/or occupied by the European Commission in the Brussels-Capital Region and surrounding area.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Main site or location of works, place of delivery or of performance: Brussels-Capital Region and surrounding area, Belgium.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
This contract will involve, but not be limited to, the following fields: preventive and curative maintenance, refurbishment, alteration and maintenance and finishing works (indoor and outdoor) in buildings occupied and/or managed by the European Commission in Brussels and the surrounding area (including, in particular, masonry, all types of floor and wall coverings, any painting, all types of partitions, false ceilings, false floors, wood joinery, hardware, all structural and finishing techniques, waterproofing and maintenance of roofs and facades, etc.). The contract also covers the implementation of ad hoc projects for refurbishment and structural works not covered by the pre-determined schedule for the works to be carried out.
These works would involve approximately 72 buildings, with a total surface area of approximately 1 000 000 m2.
II.1.6)Common procurement vocabulary (CPV)45400000 Building completion work, 45223220 Structural shell work, 45421000 Joinery work, 45421152 Installation of partition walls, 45432100 Floor laying and covering work, 45442100 Painting work, 45262522 Masonry work, 50000000 Repair and maintenance services, 51000000 Installation services (except software), 44112200 Floor coverings, 44112230 Linoleum, 44112300 Partitions, 44220000 Builders' joinery, 45261900 Roof repair and maintenance work, 45432210 Wall-covering work, 45443000 Facade work
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
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:Estimated value excluding VAT:
Range: between 70 000 000 and 80 000 000 EUR
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 completionDuration in months: 48 (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:
Prior to the contract coming into effect, the successful tenderer must provide a performance guarantee, payable on first demand, for an amount equal to 5 % of the annual value of his tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment at 30 days as stated in the provisions of the draft contract appended to the specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Each individual grouping member must comply with the non-exclusion criteria. The grouping as a whole must comply with the selection criteria (see points III.2.2 and III.2.3) and the different grouping members will be jointly and severally liable for contract performance.
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: A. Tenderer's references:
the tenderer (or each member in the case of groupings) must:
— quote reference 'OIB.DR.2/PO/2014/034/611' in his tender,
— enclose identity details (groupings shall provide these separately for each member and state which is the lead company) as follows: name, legal status, nationality, address, telephone and fax numbers, contact name and e-mail address, VAT number and legal registration number (where applicable),
— enclose the documents and information required in point III.2 'Conditions for participation' and in Annex 1 to the specifications.
B. Legal position:
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 disqualify him from taking part 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, furnish the following documentary evidence in support of the solemn declaration prior to signature of the contract:
— recent extract from the judicial record or, failing this, an equivalent document recently issued by an appropriate judicial or administrative body in the country in which the tenderer resides, stating that he is not bankrupt or being wound up, his affairs are not being administered by the court, he has not entered into an arrangement with creditors, he has not suspended business activities, he is not the subject of proceedings of this nature, nor is he in any analogous situation arising from a similar procedure under national laws or regulations,
— recent extract from the judicial record or, failing this, an equivalent document recently issued by an appropriate judicial or administrative body in the country in which the tenderer resides, stating that he has not been convicted of an offence concerning his professional conduct by a judgment which has the force of 'res judicata' and has not been the subject of a judgment which has the force of 'res judicata' for fraud, corruption, involvement in a criminal organisation or for any other illegal activity detrimental to the Union's financial interests,
— recent certificate issued by an appropriate body in the country in which the tenderer resides, stating that he has fulfilled his obligations in respect of payment of social security contributions,
— recent certificate issued by an appropriate body in the country in which the tenderer resides, stating that he has fulfilled his obligations in respect of payment of taxes (direct taxes and VAT) in accordance with legal provisions in said country.
Where no such documents or certificates are issued in the country concerned, they may be replaced by a statement under oath, or failing that, a solemn declaration made by the tenderer before a judicial or administrative body, a notary or a qualified professional body in said country.
NB: groupings must furnish the necessary solemn declaration, and supporting documents and information in the event they are awarded the contract, for each individual member.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: — copy of the financial statements (balance sheets and operating accounts) for the past 3 financial years for which accounts have been closed, showing the annual pre-tax profit. If, for a valid reason, the tenderer is unable to provide them, he must enclose a statement as to annual pre-tax profits for the past 3 years. If the operating accounts or the statement show an average loss over the past 3 years, then the tenderer must furnish another document as proof of his financial and economic capacity, such as an appropriate guarantee from a third party (e.g. the parent company), statements from auditors 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 overall annual turnover of at least 20 000 000 EUR for the past 3 financial years.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
— the tenderer must provide a list of the main works carried out in the field of this contract during the past 3 years, also indicating the amounts, dates and particulars of the recipients of the works carried out. Each reference must include the following information: customer's name and particulars, contract number or reference, start and end dates, certificate of satisfactory performance, in the event of services being carried out for public administrative bodies,
— the tenderer must provide proof of his capacity to provide the Commission with at least 40 people on a daily basis. He will also indicate the resources to be implemented in order to do so. The tenderer must also provide CVs for each of the following positions:
• project manager: senior technician — A1 or equivalent level (e.g. technical or industrial engineer, architect, etc.), with at least 10 years' experience in site coordination and supervision, including 5 years in managing refurbishment and maintenance works in an occupied building (or equivalent experience). The project manager must also have undergone safety coordinator training and have level 2 authorisation,
• manager: senior technician — A2 or equivalent level, with at least 10 years' experience in the field, including at least 5 years in project management,
• supervisor: experienced person, specialised in his field of activity, with at least 10 years' practical experience, including at least 5 years in managing workers in the field of his specialisation,
— the tenderers must provide an ISO 9001 certificate or equivalent, or a dossier demonstrating that an internal quality control system has been set up corresponding to the aforementioned standard,
— the tenderers must provide an ISO 14001 or EMAS certificate or equivalent, or a dossier demonstrating that an internal environmental management system has been set up corresponding to the aforementioned standard.
Minimum level(s) of standards possibly required:
in the list submitted by the tenderer, at least 3 works projects must have been carried out, each with a budget of at least 300 000 EUR.
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:
OIB.DR.2/PO/2014/034/611.
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 participate27.10.2014 - 17:30
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 10.11.2014 - 10:00
Place:
Office for Infrastructure and Logistics — Brussels, room SDR 05/029, rue Père de Deken 23, 1040 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional 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 participate must inform Unit OIB.DR.2 'Finance and Public Procurement' by fax (see number given in point I.1) 2 working days before the tender opening session, at the latest.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 36 months after award.
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 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=612
1) 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 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 the Internet site.
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 documents 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) Executive agencies may be included in the contract as contracting authorities (within a limit of 10 % of the total contract value and for all the executive agencies taken together) if during the course of the procedure, said agencies had not yet been officially created or were not being created and, consequently, no formal designation could be specified in the invitation to tender documents.
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.htm
4) During the 3 years following conclusion of the initial contract, the contracting authority may use a negotiated procedure, without prior publication of a further works contract notice, for work similar to that assigned to the party(ies) awarded this contract by the contracting authority.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:21.8.2014