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
For the attention of: Contracts and Procurement Unit
E-mail: inlo.ao-lux@europarl.europa.eu
Internet address(es):
General address of the contracting authority: http://europarl.europa.eu
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1131
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 authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Purchase of uniforms and professional clothing.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Brussels, Luxembourg and Strasbourg.
NUTS code BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad,LU000 Luxembourg (Grand-Duché),FR421 Bas-Rhin
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 a single operator
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Purchase of uniforms and professional clothing for the following operational units: ushers, parliamentary ushers, removals staff, drivers, printing, distribution, medical department, storekeepers, inventory and mail sorting, conference technicians, buildings, IT department, visits and seminars and the Parlamentarium of the European Parliament (3 sites: Brussels, Luxembourg and Strasbourg).
II.1.6)Common procurement vocabulary (CPV)18100000 Occupational clothing, special workwear and accessories
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: yes
Tenders may be submitted for one or more lots
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:
Indicative annual quantities:
— lot 1: 2 300 items,
— lot 2: 180 items,
— lot 3: 660 items,
— lot 4: 1 165 items,
— lot 5: 560 items.
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)
Information about lots
Lot No: 1 Lot title: Uniforms for male ushers/guides/drivers1)Short description
Purchase of uniforms for male ushers: jackets and trousers; classic shirts; dress shirts; coats; raincoats and ties.
2)Common procurement vocabulary (CPV)18100000 Occupational clothing, special workwear and accessories
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Ceremonial tailcoats/dress suits for male/female parliamentary ushers1)Short description
Purchase of tailcoats for men (jackets, waistcoats and trousers) and dress suits for women (jackets, waistcoats and trousers/skirts).
2)Common procurement vocabulary (CPV)18100000 Occupational clothing, special workwear and accessories
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Uniforms for female ushers/guides/drivers1)Short description
Purchase of uniforms for female ushers: jackets and skirts/trousers; formal blouses; scarves.
2)Common procurement vocabulary (CPV)18100000 Occupational clothing, special workwear and accessories
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Work jeans, shirts and polo shirts1)Short description
Purchase of jeans (men and women), work shirts (men and women) and work polo shirts (men and women) for operational staff: removals staff; printing and distribution staff, staff for building, mail sorting and inventory services; storekeepers; IT department staff and conference technicians.
2)Common procurement vocabulary (CPV)18100000 Occupational clothing, special workwear and accessories
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 5 Lot title: Safety shoes, work coats and overalls, work dungarees, medical coats and parkas1)Short description
Purchase of safety shoes, work coats, overalls, work dungarees and parkas for operational staff and medical coats (doctor, male/female nurse) for the medical department.
2)Common procurement vocabulary (CPV)18100000 Occupational clothing, special workwear and accessories
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable: no guarantee is required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Requests for payment will be drawn up by the contractor and payments shall be made by the Parliament in accordance with Article I.3 of the framework contract.
The European Parliament will have 30 calendar days from the date of registration of the payment request by the European Parliament's account officer to pay any outstanding sums. Payments are considered made on the date on which the European Parliament's bank account is debited.
The contractor will be entitled to default interest for late payments.
In accordance with Article 3 of the Protocol on the Privileges and Immunities of the European Communities of 8.4.1965, the contracting authorities are not liable for VAT and other equivalent taxes.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See specifications.
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: the European Parliament requires tenderers to have the administrative authorisations necessary to perform the activity involved in the contract in accordance with the respective national law.
The European Parliament shall accept as evidence an extract from the trade or professional register, a statement under oath or a certificate showing membership of a specific organisation, entry on the VAT register. If none of these documents provides sufficient evidence to prove and evaluate the existence of such authorisation, the European Parliament may accept other equivalent official documents submitted by the tenderer.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: economic and financial capacity will be assessed on the basis of the following documents, to be provided by the tenderer:
— financial information sheet annexed to the administrative clauses, for the past 3 financial years for which accounts have been closed,
— copy of profit and loss accounts, published in the annual report and audited or, failing such obligation, certified exact and sincere by a representative of the tenderer, for the past 3 financial years for which accounts have been closed,
— proof of valid insurance covering third-party liability and professional risks.
Minimum level(s) of standards possibly required: the European Parliament requires tenderers to have a minimum economic and financial capacity, which will be assessed in accordance with the following criteria:
— positive gross operating surplus (EBITDA) for each of the past 3 financial years for which accounts have been closed,
— minimum annual turnover of 280 000 EUR (lot 1), 48 000 EUR (lot 2), 92 000 EUR (lot 3), 84 000 EUR (lot 4) and 86 000 EUR (lot 5), realised in the field covered by the contract to be awarded, during the past 3 financial years for which accounts have been closed. Should a company tender for lots 1, 2 and 3, the overall minimum annual turnover must be 380 000 EUR, realised during the past 2 financial years for which accounts have been closed in the 3 fields concerned.
If a company tenders for all 5 lots, the overall minimum annual turnover must be 500 000 EUR, realised during the past 3 financial years for which accounts have been closed in all the fields concerned,
— valid insurance covering third-party liability and professional risks.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
technical and professional capacity will be assessed on the basis of the following document, to be provided by the tenderer:
— detailed list of the main similar and comparable supplies/deliveries carried out during the past 3 years, with details of their values, volumes, dates and public or private recipients: for supplies/deliveries for a European institution, tenderers must provide proof in the form of certificates issued or countersigned by the competent authority,
— written detailed presentation of the methodology for providing the services referred to in this contract, as well as of the organisation and logistics of the tenderer.
Minimum level(s) of standards possibly required:
the European Parliament requires tenderers to have a minimum technical and professional capacity, which will be assessed in accordance with the following criteria:
— all tenderers must have at least 3 years' experience of supplies/deliveries similar to those required in the contract in question, carried out during the past 3 years,
— suitable organisation with regard to managing orders and logistics, as well as contractor visits, necessary alterations and exchange of items, in accordance with sections III and IV of the technical specifications.
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 criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
06B30/2015/M046.
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 participate8.1.2016
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 tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 15.1.2016 - 10:00
Place:
Luxembourg.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: participation will be limited to 1 representative per tenderer.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: General Court of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:9.11.2015