Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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:
CONNECTED ELECTRONIC SCHOOL LOCKERS
Reference number: EEB2 2021-66
II.1.2)Main CPV code39160000 School furniture
II.1.3)Type of contractSupplies
II.1.4)Short description:
The subject of this call for tenders is the leasing and provision of connected electronic school lockers for the European school of Brussels II including the positioning and coupling of cupboards, the commissioning of the electronic part and the maintenance service.
II.1.5)Estimated total valueValue excluding VAT: 483 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE1 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
European School of Brussels II
II.2.4)Description of the procurement:
See Tender Specifications
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 483 000.00 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 FWC is renewed automatically 6 (six) times for 12 (twelve) months each, unless one of the parties receives formal notification to the contrary at least 6 (six) months before the end of the ongoing duration.
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:
See section 3 of the tender specifications annexed to the procurement documents
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 tender specifications and project of contract annexed to the procurement documents
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 several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Justification from a financial point of view: budget too limited to realize the purchase/leasing in 4 years
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: 14/01/2022
Local time: 12:00
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:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 18/01/2022
Local time: 14:00
Place:
See point 3.2.of the Invitation to tender
Information about authorised persons and opening procedure:
See point 3.2.of the Invitation to tender
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Tribunal de Première Instance de Bruxelles - Palais de Justice
Postal address: Place Poelaert
Town: Bruxelles
Postal code: 1000
Country: Belgium
Telephone: +32 25087111
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:30/11/2021