Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Laundry and dry cleaning services and upkeep of linen and clothing for the crèches, childcare facilities and protocol catering services of the European Commission in Brussels
Reference number: OIB.02/PO/2018/034/769
II.1.2)Main CPV code98310000 Washing and dry-cleaning services
II.1.3)Type of contractServices
II.1.4)Short description:
This invitation to tender is for the provision of laundry and dry cleaning services and upkeep of linen and clothing for the crèches, childcare facilities and protocol catering services of the European Commission in Brussels
II.1.5)Estimated total valueValue excluding VAT: 700 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)98315000 Pressing services
50830000 Repair services of garments and textiles
98311100 Laundry-management services
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
This invitation to tender is for the provision of laundry and dry cleaning services and upkeep of linen and clothing for the crèches, childcare facilities and protocol catering services of the European Commission in Brussels
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 700 000.00 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 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 registersList and brief description of conditions:
The tenderer must 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 tender specifications.
The tenderer must in particular enclose a duly signed and dated solemn declaration stating that it is not in any of the situations which would exclude it 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.cfm
NB: the successful tenderer must, on pain of exclusion, provide the following documentary evidence in support of the solemn declaration prior to signing 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:
— a copy of the financial statements (balance sheets and profit and loss accounts) for the last 2 financial periods, showing the annual pre-tax result. If, for a valid reason, the tenderer is unable to provide these, it must enclose a statement as to annual pre-tax result for the past 2 years. If the financial statements or the declaration show an average loss over the past 2 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. the parent company), statements from auditors, professional accountants or equivalent,
— statement as to annual turnover specific to the field covered by this contract notice, realised during the past 2 financial years.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The following information and documents must be submitted to evaluate whether the requirements are met:
— the tenderer must provide examples of similar contracts including:
— an example of providing per kilo laundry services to a single customer,
— an example of providing item-by-item laundry services to a single customer.
— a quality management certification (e.g. ISO 9001 or any equivalent certification); or if the tenderer does not have access to these certificates or has no opportunity to obtain them within the deadlines set, any other proof of equivalent quality assurance measures implemented by the tenderer,
— certification of the quality of hygiene and prevention against microbiological contamination of textiles (e.g. RABC or any equivalent certification); or if the tenderer does not have access to these certificates or has no possibility of obtaining them within the deadlines set, any other means of proof presented by the company to guarantee impeccable hygiene quality.
Minimum level(s) of standards possibly required:
Three examples of similar contracts including:
— at least 1 example of per kilo laundry services to a single customer with a volume of at least 43 000 kg per year,
— at least 1 example of item-by-item laundry services to a single customer with a volume of at least 28,000 items per year.
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: 14/09/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 17/09/2018
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 recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
36 months after the award
VI.3)Additional information:
1) The tender specification 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=3802. 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 site will be updated regularly and it is the responsibility of tenderers to check for any updates and modifications during the tendering period. 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;
2) during the 3 years following the conclusion of the initial contract, the contracting authority may use the negotiated procedure without prior publication of a contract notice for new services involving the repetition of similar services assigned to the party awarded this contract by the contracting authority;
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
VI.4)Procedures for review
VI.4.3)Review procedurePrecise 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:20/07/2018