Supplies - 620470-2021

03/12/2021    S235

Belgium-Woluwe-Saint-Lambert: School furniture

2021/S 235-620470

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European School of Brussels II
National registration number: 0244.929.156
Postal address: Avenue Oscar Jespers, 75
Town: Woluwe-Saint-Lambert
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1200
Country: Belgium
E-mail: WOL-PROCUREMENT@eursc.eu
Internet address(es):
Main address: https://www.eeb2.be/en/home/
Address of the buyer profile: https://www.eeb2.be/en/our-school-public-procurement/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.eeb2.be/en/our-school-public-procurement/
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
Education

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 code
39160000 School furniture
II.1.3)Type of contract
Supplies
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 value
Value excluding VAT: 483 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS 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 criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 483 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 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:

See section 3 of the tender specifications annexed to the procurement documents

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
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 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 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 participate
Date: 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 tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official 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
Official name: European School of Brussels II
Postal address: Avenue Oscar Jespers, 75
Town: Woluwe-Saint-Lambert
Postal code: 1200
Country: Belgium
E-mail: WOL-DEPUTY-DIRECTOR-FINANCE-AND-ADMINISTRATION@eursc.eu
VI.5)Date of dispatch of this notice:
30/11/2021