Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of general groceries, dairy products, bakery products and drinks.
Reference number: OIB.02/PO/2017/030/768.
II.1.2)Main CPV code15880000 Special nutritional products
II.1.3)Type of contractSupplies
II.1.4)Short description:
Supply of general groceries, dairy products, bakery products and drinks.
II.1.5)Estimated total valueValue excluding VAT: 1 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Supply of general groceries
Lot No: 1
II.2.2)Additional CPV code(s)15800000 Miscellaneous food products
15880000 Special nutritional products
15894700 Delicatessen
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:
Supply of general grocery products to the crèches, childcare facilities, European Inter-institutional Centre (CIE) and VIP restaurant managed by the European Commission in Brussels and Overijse.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 500 000.00 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: yes
Identification of the project: EU administrative credits.
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)15980000 Non-alcoholic beverages
15961000 Beer
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:
Supply of drinks to the crèches, childcare facilities, CIE and VIP restaurant managed by the European Commission in Brussels and Overijse.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 200 000.00 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: yes
Identification of the project: EU administrative credits.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Supply of dairy products and cheese
Lot No: 3
II.2.2)Additional CPV code(s)15500000 Dairy products
15540000 Cheese products
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
Supply of dairy products and cheese to the crèches, childcare facilities, CIE and VIP restaurant managed by the European Commission in Brussels and Overijse.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 350 000.00 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: yes
Identification of the project: EU administrative credits.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Supply of bakery products, cakes/pastries, biscuits and croissants, etc.
Lot No: 4
II.2.2)Additional CPV code(s)15612500 Bakery products
15820000 Rusks and biscuits; preserved pastry goods and cakes
15812000 Pastry goods and cakes
15821000 Toasted bread products and pastry goods
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
Supply of bakery products, cakes/pastries, biscuits and croissants, etc. to the crèches, childcare facilities, CIE and VIP restaurant managed by the European Commission in Brussels and Overijse.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 250 000.00 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: yes
Identification of the project: EU administrative credits.
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 with his tender all the documents and information required in point III.1 'Conditions for participation' of this notice and listed in Annex I 'Checklist of documents to be completed and provided' to the specifications.
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: if groupings are awarded the contract, they 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 profit and loss accounts) for the last 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 statement 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 an appropriate guarantee from a third party (e.g. the parent company), statements from auditors, chartered accountants or equivalent,
— statement as to average annual turnover for the sale of goods and services corresponding to the subject of each lot in this contract.
Minimum level(s) of standards possibly required:
to be selected, the tenderer must provide proof of a specific annual turnover over the past 2 financial years averaging at least (per year):
160 000 EUR (lot 1), 65 000 EUR (lot 2), 100 000 EUR (lot 3) and 85 000 EUR (lot 4).
Should tenders be for several lots, these minimum amounts are cumulative.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
— list of supplies directly related to the subject of each lot in this contract with details of the largest volumes and the names of customers for the last 2 years.
Minimum level(s) of standards possibly required:
to be selected, the tenderer must provide proof of his delivery capacity on a weekly basis for a minimum of 1 500 EUR per week for lots 2, 3 and 4, and 3 000 EUR per week for lot 1.
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: 18/09/2017
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: 25/09/2017
Local time: 10:00
Place:
Office pour les infrastructures et la logistique — Bruxelles (OIB), bâtiment CSM1, cours Saint-Michel 23 (entrée côté rue Père de Deken), 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.