Supplies - 488821-2022

Submission deadline has been amended by:  528067-2022
08/09/2022    S173

Belgium-Brussels: Supply of uniforms and tailoring/on-site measurement services – to be delivered to the three European Parliament sites (Brussels, Luxembourg and Strasbourg)

2022/S 173-488821

Contract notice

Supplies

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, Directorate-General for Security and Safety (SAFE)
Postal address: Rue Wiertz 60
Town: Bruxelles
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: Unité «Budget»
E-mail: SAFE.marches-tenders@europarl.europa.eu
Internet address(es):
Main address: https://www.europarl.europa.eu/contracts-and-grants/en/list-of-notices/open-tenders
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=11366
Additional information can be obtained from the abovementioned address
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:

Supply of uniforms and tailoring/on-site measurement services – to be delivered to the three European Parliament sites (Brussels, Luxembourg and Strasbourg)

Reference number: EP/DGSAFE/FOUR/2022-011
II.1.2)Main CPV code
18100000 Occupational clothing, special workwear and accessories
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Supply of uniforms and tailoring/on-site measurement services – to be delivered to the three European Parliament sites (Brussels, Luxembourg and Strasbourg).

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Men’s uniforms to be delivered to Brussels, Luxembourg and Strasbourg

Lot No: 1
II.2.2)Additional CPV code(s)
18110000 Occupational clothing
50830000 Repair services of garments and textiles
II.2.3)Place of performance
NUTS code: BE Belgique / België
NUTS code: FR France
NUTS code: LU Luxembourg
II.2.4)Description of the procurement:

Supply of men’s uniforms and tailoring/on-site measurement services – to be delivered to the three European Parliament sites (Brussels, Luxembourg and Strasbourg).

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: 4 400 000.00 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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Women’s uniforms to be delivered to Brussels, Luxembourg and Strasbourg

Lot No: 2
II.2.2)Additional CPV code(s)
18110000 Occupational clothing
50830000 Repair services of garments and textiles
II.2.3)Place of performance
NUTS code: BE Belgique / België
NUTS code: FR France
NUTS code: LU Luxembourg
II.2.4)Description of the procurement:

Supply of women’s uniforms and tailoring/on-site measurement services – to be delivered to the three European Parliament sites (Brussels, Luxembourg and Strasbourg).

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: 550 000.00 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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Pullovers and cardigans to be delivered to Brussels, Luxembourg and Strasbourg

Lot No: 3
II.2.2)Additional CPV code(s)
18110000 Occupational clothing
II.2.3)Place of performance
NUTS code: BE Belgique / België
NUTS code: FR France
NUTS code: LU Luxembourg
II.2.4)Description of the procurement:

Supply of pullovers and cardigans – to be delivered to the three European Parliament sites (Brussels, Luxembourg and Strasbourg).

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: 390 000.00 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: no
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:

Be enrolled on the appropriate professional or trade register, except in the case of an international organisation.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/10/2022
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.2.6)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: 25/10/2022
Local time: 10:00
Place:

European Parliament, Rue Wiertz 60, 1047 Bruxelles, BELGIUM.

Information about authorised persons and opening procedure:

Information about authorised persons and opening procedure: One representative per tenderer (see point 7 of the document entitled ‘Conditions for tendering’).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

‘In case of unavailability or improper functioning of the electronic means of communication referred to in section I.3) in the last five calendar days before the time limit for receipt indicated in section IV.2.2), the contracting authority reserves the right to postpone this time limit and issue a new time limit at the Internet address provided in Section I.3), without having to issue a preceding corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in section I.3) in order to get notified when new information or documents are published’.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2525
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Court of Justice of the European Union
Town: Luxembourg
Postal code: L-2525
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
31/08/2022