Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Periodic and statutory inspections of installations in the buildings of the General Secretariat of the Council in Brussels.
Reference number: UCA 17/060.
II.1.2)Main CPV code71630000 Technical inspection and testing services
II.1.3)Type of contractServices
II.1.4)Short description:
Belgian legislation lays down obligatory periodic inspections on several technical installations (electrical installations and other equipment).
Under this invitation to tender, the aim is to set up a 2-year framework contract, which may be renewed for 2 periods of 1 year, for periodic and statutory inspections on technical and electrical installations in the buildings the Secretariat occupies in Brussels, as well as inspections on request and laboratory analyses of samples taken in these buildings.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Electrical installation inspections
Lot No: 1
II.2.2)Additional CPV code(s)71600000 Technical testing, analysis and consultancy services
71631000 Technical inspection services
71631100 Machinery-inspection services
71631300 Technical building-inspection services
71356100 Technical control services
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:
Carrying out obligatory and non-obligatory periodic and statutory inspections of electrical installations in all the buildings the General Secretariat of the Council of the European Union occupies in Belgium.
The electrical installations involved in this lot are to be considered non-domestic; domestic electrical installations are those defined in Article 1 of the Ministerial Decree of 10.3.1981.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
duration: 2 years and may be renewed for 2 periods of 1 year (4 years in total).
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: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)71356100 Technical control services
71600000 Technical testing, analysis and consultancy services
71631000 Technical inspection services
71631100 Machinery-inspection services
71631300 Technical building-inspection services
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:
Carrying out all other periodic and statutory inspections, as well as sampling, inspections and laboratory analyses of materials, air or water on the basis of samples taken from the buildings the General Secretariat of the Council of the European Union occupies in Belgium.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
2 years and may be renewed for 2 periods of 1 year (4 years in total).
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: no
II.2.14)Additional information
The General Secretariat of the Council will not publish the estimated value of the contracts. The estimated volume of the contract is indicated in the specifications.
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:
in order for tenderers to demonstrate their capacity to work in the professional activity required for carrying out the contract, they are required to submit:
1) certificate of enrolment on the professional or trade register, a statement under oath or a certificate in accordance with conditions laid down in the Member State in which they reside, or any other company incorporation document;
2) for each lot: documents attesting to the professional capacity — as regards legal and statutory aspects — to set up monitoring vis-à-vis contract performance.
Minimum level of standards required:
for lot 1:
— document attesting that the tenderer is an inspection body approved in Belgium by the relevant Minister (Article 275 of the general regulations on electrical installations) to carry out obligatory periodic inspections on electrical installations belonging to lot 1 that require this type of approval (see the list of bodies approved for inspections on electrical installations, published on the website of the FPS Economy, SMEs, Self-employed and Energy). The approval must be supplied no later than at the tender submission stage;
for lot 2:
— document attesting that the tenderer is approved in Belgium, in the capacity of 'external service for technical inspections at the workplace' in accordance with the Code on well-being at work, book II, heading 5, to carry out obligatory periodic inspections on all equipment belonging to lot 2 that requires this type of approval (see the list of external services for technical inspections at the workplace, published on the website of the FPS Employment, Labour and Social Dialogue). The approval must be supplied no later than at the tender submission stage.
III.1.2)Economic and financial standingList and brief description of selection criteria:
in order for tenderers to demonstrate their economic and financial capacity to carry out the contract, they are required to submit:
1) for each lot: documents attesting to the turnover for the services to which the lot refers, realised during the last 3 financial years for which accounts have been closed.
Minimum level(s) of standards possibly required:
for lot 1:
for each of the previous 3 financial years for which accounts have been closed, the tenderer must provide proof of a turnover for the services to which lot 1 refers (point V.1.1 'Nature of the services') of at least 80 000 EUR per year;
for lot 2:
for each of the previous 3 financial years for which accounts have been closed, the tenderer must provide proof of a turnover for the services to which lot 2 refers (point VI.1.1 'Nature of the services') of at least 150 000 EUR per year.
III.2)Conditions related to the contract
III.2.1)Information about a particular professionExecution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
minimum level of standards possibly required:
for lot 1:
— document attesting that the tenderer is an inspection body approved in Belgium by the relevant Minister (Article 275 of the general regulations on electrical installations) to carry out obligatory periodic inspections on electrical installations belonging to lot 1 that require this type of approval (see the list of bodies approved for inspections on electrical installations, published on the website of the FPS Economy, SMEs, Self-employed and Energy). The approval must be supplied no later than at the tender submission stage;
for lot 2:
— document attesting that he is approved in Belgium, in the capacity of 'external service for technical inspections at the workplace' in accordance with the Code on well-being at work, book II, heading 5, to carry out obligatory periodic inspections on all equipment belonging to lot 2 that requires this type of approval (see the list of external services for technical inspections at the workplace, published on the website of the FPS Employment, Labour and Social Dialogue). The approval must be supplied no later than at the tender submission stage.
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: 13/12/2017
Local time: 16:00
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.2.7)Conditions for opening of tendersDate: 20/12/2017
Local time: 11:00
Place:
the opening of tenders may be postponed, at short notice, owing to unforeseen events occurring in the General Secretariat's buildings on the day on which the tender opening session was initially scheduled.