Supplies - 446066-2017

09/11/2017    S215

Belgium-Brussels: Purchase and maintenance of a gluing machine

2017/S 215-446066

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.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=3043
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=3043
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:

Purchase and maintenance of a gluing machine.

Reference number: OIB.02/PO/2017/053/778.
II.1.2)Main CPV code
42991000 Paper, printing and bookbinding machinery and parts
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Purchase and maintenance of a gluing machine to replace the current 2 gluers.

II.1.5)Estimated total value
Value excluding VAT: 190 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
50530000 Repair and maintenance services of machinery
48773000 Print utility software package
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

Brussels Region.

II.2.4)Description of the procurement:

Purchase and maintenance of a gluing machine to replace the current 2 gluers.

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: 190 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
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 credits.
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 shall 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 specifications.

The tenderer shall enclose a duly signed and dated solemn declaration stating that he is not in any of the situations which would exclude him 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 contract signature.

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 standing
List 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 past 3 financial years, showing the annual pre-tax profit. If, for a valid reason, the tenderer is unable to provide them, he must enclose a statement as to annual pre-tax profits 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 his financial and economic capacity, such as the appropriate guarantee from a third party (e.g. the parent company), statements from auditors, chartered accountants or equivalent,

— a statement as to annual turnover specific to the field covered by this contract notice, 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 specific turnover for the 3 financial years of 380 000 EUR/year.

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

the tenderer must provide:

a list of the main references in Europe/Belgium from public or private contracts performed over the past 5 years. This list must prove that the supplies and services are directly related to this contract. The following must therefore be specified: names and addresses of the recipients, description of the machines and additional services provided (maintenance, etc.), amounts invoiced.

Minimum level(s) of standards possibly required:

the list of main references must include at least 2 customer references; each for at least 1 machine with maintenance.

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: 22/12/2017
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: 12/01/2018
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:

1 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: no
VI.3)Additional information:

1) The 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=3043

2) 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; 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 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.

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.cfm

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 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:
30/10/2017