Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Office of the Secretary General of the European Schools
National registration number: 0850.690.394
Postal address: Rue de la Science 23
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1040
Country: Belgium
E-mail:
OSG-CALL-FOR-TENDERS-SPORT-2020@eursc.euInternet address(es): Main address:
http://www.eursc.euAddress of the buyer profile:
https://www.eursc.eu I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Acquisition of Sport Equipment and Sustainable (Customised) Sportswear for the European Schools
Reference number: BSGEE-2020-20-SPORT
II.1.2)Main CPV code37400000 Sports goods and equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
The subject of this call for tenders is the supply and delivery of:
— sport supplies and equipment for the European schools located in Belgium, in the Grand Duchy of Luxembourg, and in the Netherlands (lot 1);
— sustainable (customised) sportswear for the European Schools (lot 2).
II.1.5)Estimated total valueValue excluding VAT: 1 367 856.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Sport Supplies and Equipment for the Benelux
Lot No: 1
II.2.2)Additional CPV code(s)37400000 Sports goods and equipment
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: LU LUXEMBOURG
NUTS code: NL NEDERLAND
II.2.4)Description of the procurement:
Access to the contractor's catalogue(s) for sports supplies and equipment as well as to the available spare parts for the equipment proposed in the catalogue(s).
The catalogue(s) must at least include products for the following sports:
— football,
— gymnastic,
— hockey,
— volleyball,
— handball,
— tennis,
— badminton,
— archery,
— athleticism,
— strength training,
— cricket,
— swimming,
— psychomotricity,
— pedagogical and marking supplies.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 789 656.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The contract(s) resulting from the award of this call for tenders will be concluded for twelve (12) months renewable up to three (3) times.
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.2.1)Title:
Sustainable (Customised) Sportswear
Lot No: 2
II.2.2)Additional CPV code(s)18412000 Sportswear
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: IT ITALIA
NUTS code: LU LUXEMBOURG
II.2.4)Description of the procurement:
Access to the contractor's catalogue(s) for (customised) sportswear.
The candidates must also be able to provide at least the totality of the products described in the relevant tables of Annex 4 — Financial offer form — of the tender documents. These products must contain a limited number of substances harmful to health and environment.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 578 200.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The contract(s) resulting from the award of this call for tenders will be concluded for twelve (12) months renewable up to three (3) times.
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
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:
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See the specifications and the project(s) of contract.
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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 02/02/2021
Local time: 12:30
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:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 08/02/2021
Local time: 14:00
Place:
Office of the Secretary General of the European, Rue de la Science 23, 1040 Brussels — BELGIUM.
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Tribunal de Première Instance de Bruxelles (Brussels Court of First Instance) Palais de Justice
Postal address: Place Poelaert
Town: Brussels
Postal code: 1000
Country: Belgium
Telephone: +32 25087111
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Office of the Secretary-General of the European Schools
Postal address: Rue de la Science, 23
Town: Brussels
Postal code: 1040
Country: Belgium
E-mail:
OSG-PROCUREMENT@eursc.eu VI.5)Date of dispatch of this notice:14/12/2020