Services - 465156-2017

22/11/2017    S224

Belgium-Brussels: Services to inspect safety, hygiene and well-being in the workplace as well as conduct health inspections and analyses on foodstuffs

2017/S 224-465156

Contract notice

Services

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=3063
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=3063
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:

Services to inspect safety, hygiene and well-being in the workplace as well as conduct health inspections and analyses on foodstuffs.

Reference number: OIB.02/PO/2017/055/782.
II.1.2)Main CPV code
71600000 Technical testing, analysis and consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

Under this procurement the aim is to conclude 2 framework contracts to provide inspection and control services in the following fields: inspection and control of aspects of safety, hygiene and well-being of employees; health inspections and analyses of food and drinks prepared and/or distributed in the restaurants, self-service restaurants, cafeterias, crèches, childcare facilities and vending machines. These services will all be provided in buildings occupied and/or managed by the European Commission and in buildings which the latter might need to occupy or manage during the contract period, in the Brussels Region and its surrounding area.

II.1.5)Estimated total value
Value excluding VAT: 7 200 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:

Services to inspect safety, hygiene and well-being in the workplace in buildings occupied and/or managed by the European Commission

Lot No: 1
II.2.2)Additional CPV code(s)
71700000 Monitoring and control services
71630000 Technical inspection and testing services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

Brussels Region and surrounding area.

II.2.4)Description of the procurement:

Services concerning regular technical inspections, one-off technical inspections, as well as special and supplementary services concerning aspects of safety, hygiene and well-being of workers covering all buildings occupied by the European Commission in Brussels and the surrounding area.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 6 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
II.2)Description
II.2.1)Title:

Health inspection services and analyses of food and drinks

Lot No: 2
II.2.2)Additional CPV code(s)
71700000 Monitoring and control services
II.2.3)Place of performance
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:

Brussels Region and surrounding area.

II.2.4)Description of the procurement:

Health inspection services and analyses of food and drinks prepared and/or distributed in the restaurants, self-service restaurants, cafeterias, crèches, childcare facilities, CIE Overijse and vending machines in the buildings occupied and/or managed by the European Commission in Brussels and the surrounding area.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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 Annexes 1.1 and 2.1 '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 signature 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 standing
List and brief description of selection criteria:

the tenderer must provide:

— 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 declaration 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,

— statement as to annual turnover specific to the field covered by lots 1 and 2 in 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 annual turnover for the 3 financial years of 2 400 000 EUR/year for lot 1 and 250 000 EUR/year for lot 2.

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

the tenderer must provide:

lot 1:

— statement as to average staff numbers during the past 3 financial years, broken down into the various categories of staff positions,

— list of the 5 major contracts — in the field covered by this lot, and carried out during the past 3 years. This list must include the surface area of the buildings inspected as well as the types of inspections conducted. NB: tenderers will need to provide proof of experience in each field covered by this lot,

— proof that a quality management system (ISO 9001 certification or equivalent) has been set up;

lot 2:

— proof that the tenderer has at least 1 manager/deputy who shall be assigned to the contract if awarded it.

Minimum level(s) of standards possibly required:

lot 1:

— the tenderer will need to demonstrate that his technical staff includes 20 individuals, 5 of whom being engineers (university level or higher non-university level),

— total surface area covered by the 5 reference contracts over 3 years must be at least 1 000 000 m2 (i.e. 333 000 m2/year),

— ISO 9001 certification or equivalent;

lot 2:

1 manager/deputy (university level or higher non-university level) in the field of health inspections and analyses of food and drinks, supplemented by at least 3 years' professional experience in the field.

III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

for lot 1: approval under the Belgian Code on well-being at work (Heading II, Chapter III);

for lot 2: accreditation in accordance with standards EN ISO/IEC 17020 and EN ISO/IEC 17025.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 09/01/2018
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: yes
Estimated timing for further notices to be published:

36 months after award.

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=3063

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.

2) Site visit/briefing: an optional site visit will be held on 6.12.2017 (9:00).

3) During the 3 years following conclusion of the initial contract, the contracting authority will be able to 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.

4) 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:
10/11/2017