Supplies - 390574-2015

Display compact view

05/11/2015    S214

Luxembourg-Luxembourg: Refurnishing of the offices of Members of the European Parliament in Brussels

2015/S 214-390574

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Parliament
Postal address: Plateau de Kirchberg
Town: Luxembourg
Postal code: 2929
Country: Luxembourg
Contact person: Directorate-General for Infrastructure and Logistics
For the attention of: Procurement and Contracts Unit
E-mail: inlo.cd@ep.europa.eu

Internet address(es):

General address of the contracting authority: http://europarl.europa.eu

Electronic submission of tenders and requests to participate: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1127

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 authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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:
Refurnishing of the offices of Members of the European Parliament in Brussels.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
Main site or location of works, place of delivery or of performance: Brussels.

NUTS code BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad

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)
The European Parliament intends to conclude a public contract with the aim to refurnish the offices of its 750 Members and their assistants in Brussels, the place where they spend most of their time when carrying out their regular work duties in the premises of the European Parliament.
The objective is to create a welcoming and representative workplace that will carry the image of the European Parliament. The fact that Parliament has grown gradually over the last decades from a small consultative parliamentary assembly to a European institution with extended full legislative and budgetary power should be visible through its corporate visual image.
II.1.6)Common procurement vocabulary (CPV)

39100000 Furniture, 39110000 Seats, chairs and related products, and associated parts, 39130000 Office furniture, 39150000 Miscellaneous furniture and equipment, 50850000 Repair and maintenance services of furniture

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The goal is to equip around 2 100 offices for both Members and their assistants. This will be later completed by smaller furniture batches so as to accommodate individual needs.
The contract will also encompass extensive furniture logistics, management and maintenance services over the duration of the contract.
The exact scope will be defined in the competitive dialogue with the selected candidates.
II.2.2)Information about options
Options: yes
Description of these options: In case of operating lease, the contract duration may be aligned with the furniture park life cycle, subject to a benchmarking study taking into account Parliament's furniture policy (taking into account both the average age of the furniture park in 2024 and the need for its renewal) and the state of the furniture market at that time.
Provisional timetable for recourse to these options:
in months: 84 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 96 (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:
No tendering guarantee is required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The payment terms will be defined during the dialogue.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contract may be performed jointly by several economic operators: different companies may ensure e.g. manufacturing, logistics and customer service, and financing. Core tasks of furniture manufacturing and logistics cannot be subcontracted. In the case of several companies ensuring these tasks, the companies should form a consortium; consortia must ensure joint liability of their members. They can be entities with or without legal personality: a spontaneous association, an agreement under private law, or any other appropriate form of collaboration. However, the European Parliament may require, as a condition of final contract award, that the consortium take a specific legal form e.g. with legal personality.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See invitation to submit candidacies, downloadable from the address in Section I.1.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The procedure is open on the same terms to all natural or legal persons and public entities in a European Union Member State and to all natural and legal persons and public entities of a third country which has concluded a specific public procurement agreement with the European Union giving them access to the contract which is the subject of this invitation to submit candidacies and on the terms laid down by that agreement. The candidate must have the necessary legal capacity, the right of access to the market, and hold all the necessary administrative licences to carry out the envisaged activity under national law.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: For detailed requirements and evidence, see invitation to submit candidacies, downloadable from the address in Section I.1.
Minimum level(s) of standards possibly required: — Average annual turnover of 20 000 000 EUR over the last 2 closed financial years for the manufacturer.
— Average annual turnover of 5 000 000 EUR for the logistics partner.
— Accounting indicators showing financial robustness.
(See invitation to submit candidacies, downloadable from the address in Section I.1.)
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The candidates will need to demonstrate their capacity by references to 5 (manufacturer) and 3 (logistics partner) relevant recent projects.
For detailed requirements and evidence, see the invitation to submit candidacies, downloadable from the address in Section I.1.
Minimum level(s) of standards possibly required:
— Manufacturer of a full portfolio of office furniture with a consulting/customer advisory department.
— Logistics company servicing the Brussels area, having a sufficient logistics site in Brussels or surrounding areas.
— At least 1 project of supply and management of furniture park of similar volume and scope.
— Quality assurance and management system (ISO 9001 or equivalent).
— Environmental management system (EMAS, ISO 14001 or equivalent).
(See invitation to submit candidacies, downloadable from the address in Section I.1.)
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 procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Life cycle cost, including maintenance. Weighting 50

2. Added value in terms of product characteristics, logistics services, user experience, and environmental and social awareness. Weighting 50

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
06B/2015/M028.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.12.2015
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 up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Any appeal against decisions of the contracting authority must be lodged within 2 months, extended on account of distance by a period of 10 days.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.10.2015