Supplies - 328434-2018

28/07/2018    S144

Belgium-Brussels: Supply of shelving, wire-mesh partitions and associated services

2018/S 144-328434

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission
Postal address: CSM 1 05/P001
Town: Bruxelles
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: 1049
Country: Belgium
Contact person: OIB.02.002 Marchés publics
E-mail: oib-marches-publics@ec.europa.eu
Telephone: +32 22986989
Fax: +32 22960570
Internet address(es):
Main address: http://ec.europa.eu
Address of the buyer profile: http://ec.europa.eu/oib/procurement_fr.cfm
I.1)Name and addresses
Official name: Information on institutions and agencies included as contracting authorities in point VI.3
Postal address: CSM 1 05/P001
Town: Bruxelles
NUTS code: LU LUXEMBOURG
Postal code: 1049
Country: Belgium
Contact person: OIB.02.002 Marchés publics
E-mail: oib-marches-publics@ec.europa.eu
Telephone: +32 22986989
Fax: +32 22960570
Internet address(es):
Main address: http://ec.europa.eu
Address of the buyer profile: http://ec.europa.eu/oib/procurement_fr.cfm
I.2)Information about joint procurement
The contract involves joint procurement
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=3906
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3906
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
General public services

Section II: Object

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

Supply of shelving, wire-mesh partitions and associated services

Reference number: OIB.02/PO/2018/008/750
II.1.2)Main CPV code
39131000 Office shelving
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Supply of shelving, wire-mesh partitions and associated services

II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
39131100 Archive shelving
39132000 Filing systems
39152000 Mobile bookshelves
39155100 Library equipment
44316300 Grilles
45421147 Installation of grilles
50324200 Preventive maintenance services
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
NUTS code: LU LUXEMBOURG
NUTS code: FR FRANCE
NUTS code: EL ΕΛΛΑΔΑ
NUTS code: IT ITALIA
NUTS code: NL NEDERLAND
NUTS code: SE SVERIGE
NUTS code: ES ESPAÑA
Main site or place of performance:

Brussels Capital Region and surrounding area (BE), Luxembourg (LU), Strasbourg (FR), Heraklion (EL), Ispra (IT), Seville (ES), The Hague and Amsterdam (NL), Stockholm (SE)

II.2.4)Description of the procurement:

Supply of shelving, wire-mesh partitions and associated services

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 3 000 000.00 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 appropriations

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 registers
List and brief description of conditions:

The tenderer must enclose with its 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 tender specifications.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

— copy of the financial statements (balance sheets and profit and loss accounts) for the last 3 financial years, showing the annual pre-tax results. If, for a valid reason, the tenderer is unable to provide these, it must enclose a statement as to annual pre-tax results for the past 3 years. If the financial statements or the declaration show an average loss over the past 3 years, the tenderer must provide another document as proof of its financial and economic capacity, such as the appropriate guarantee from a third party (e.g. a parent company), statements from auditors, professional accountants or equivalent,

— statement as to specific annual turnover related to this contract, realised during the past 3 financial years.

Minimum level(s) of standards possibly required:

To be selected, the tenderer must provide proof of an average annual turnover for the last 3 financial years of 800 000 EUR

III.1.3)Technical and professional ability
List and brief description of selection criteria:

— the tenderer must provide proof of the execution of 5 deliveries with installation of shelving, including one example of delivery with installation of fixed archiving shelving, one example of delivery with installation of fixed shelving for libraries, 2 examples of delivery with installation of mobile shelving, and one example of delivery with installation of industrial shelving, and which have been performed in the past 3 years, with their amount, duration, start date and full contact details (contact name, address, telephone number, e-mail address) of their public or private recipients,

— the tenderer must prove the existence of an organisation based on a quality assurance system that meets at least the requirements of the ISO 9001 standard:

—— either by providing the certified copy of the ISO 9001 certificate specifying the area covered and the accredited body that issued the certificate,

—— or by providing a certified copy of any other equivalent reference that may be the subject, following a third party audit, to a recognition such as certification, authorisation or approval,

—— or by providing documentation of the quality management system implemented by the tenderer, with a written and signed commitment (prior to the publication of the contract notice) from the person authorised to commit the tenderer; this documentation must include at least:

—— the quality policy and the 'quality' objectives,

—— a documentary system (control of internal and external documents, control of recordings, control of non-conformities, preventive actions, corrective actions and internal audits),

—— mapping and definition of the processes to be applied,

—— a verification system (internal audit, etc.),

—— a system of analysis of the results (management review, complaints, surveys, satisfaction, indicators, etc.),

—— an adjustment and improvement plan (business plan, management and services action plan, etc.).

Minimum level(s) of standards possibly required:

To be selected, the tenderer must prove:

(1) For delivery with installation of fixed archiving shelving, a minimum value of 25 000 EUR;

(2) For delivery with installation of fixed shelving for libraries, a minimum value of 20 000 EUR;

(3) For delivery with installation of mobile shelving, a minimum value of 40 000 EUR for each of the 2 references;

(4) For delivery with installation of industrial shelving, a minimum value of 200 000 EUR.

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: 01/10/2018
Local time: 15:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 02/10/2018
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:

One 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.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

36 months after the award

VI.2)Information about electronic workflows
Electronic ordering will be used
VI.3)Additional information:

1) The tender 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=3906

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 this website. The website will be updated regularly and it is the responsibility of tenderers to check for any updates and modifications during the tendering period;

2) Delivery of samples: the tenderer must provide 2 samples of shelving as described in point 3.3.1 of the Administrative Clauses (Annex II), within 15 working days of the final date of submission of the tender;

3) An optional visit is scheduled (see point 3.3.1 of Annex II "Administrative clauses").

4) 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 specifications 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;

5) 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, at the time of publication of this invitation to tender, they were not yet officially set up or in the process of being set up and, consequently, no formal designation could be specified in the invitation to tender documents;

6) 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

7) This contract is the subject of a joint procedure in which 18 other Institutions and Agencies take part as contracting authorities (see invitation to tender of the call for tenders).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GeneralCourt.registry@curia.europa.eu
Telephone: +352 43031
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

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.5)Date of dispatch of this notice:
18/07/2018