Business NewsTenders

Belgium-Brussels: General contractor for tender

Belgium-Brussels: General contractor for maintenance and structural works and finishings in the buildings the managed and/or occupied by the European Commission in the Brussels-Capital Region and surrounding area

Official EU reference: 297206-2014

Procurer reference: OIB.DR.2/PO/2014/034/611.

Published on: 02/09/2014

Deadline date:27/10/2014

Name of the buying organisation: EUROPEAN COMMISSION

Summary of the contract
General contractor for maintenance and structural works and finishings in
the buildings the managed and/or occupied by the European Commission in
the Brussels-Capital Region and surrounding area.
This contract will involve, but not be limited to, the following fields:
preventive and curative maintenance, refurbishment, alteration and
maintenance and finishing works (indoor and outdoor) in buildings occupied
and/or managed by the European Commission in Brussels and the surrounding
area (including, in particular, masonry, all types of floor and wall
coverings, any painting, all types of partitions, false ceilings, false
floors, wood joinery, hardware, all structural and finishing techniques,
waterproofing and maintenance of roofs and facades, etc.). The contract
also covers the implementation of ad hoc projects for refurbishment and
structural works not covered by the pre-determined schedule for the works
to be carried out.
These works would involve approximately 72 buildings, with a total surface
area of approximately 1 000 000 m2.
CPV: 45400000, 45223220, 45421000, 45421152, 45432100, 45442100, 45262522,
50000000, 51000000, 44112200, 44112230, 44112300, 44220000, 45261900,
45432210, 45443000.

Full contract details
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
European Commission
CSM 1 05/43
Contact point(s): Office for Infrastructure and Logistics — Brussels
For the attention of: OIB.DR.2 Finance and Public Procurement
1049 Brussels
BELGIUM
Telephone: +32 22986989
E-mail: [email protected]
Fax: +32 22960570
Internet address(es):
General address of the contracting authority: http://ec.europa.eu
Address of the buyer profile: http://ec.europa.eu/oib/procurement_fr.htm
Electronic access to information:
https://etendering.ted.europa.eu/cft/cft-display.html?cftId=612
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
European institution/agency or international organisation
I.3) Main activity
General public services
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
General contractor for maintenance and structural works and finishings in
the buildings the managed and/or occupied by the European Commission in
the Brussels-Capital Region and surrounding area.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
Main site or location of works, place of delivery or of performance:
Brussels-Capital Region and surrounding area, Belgium.
NUTS code
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
II.1.5) Short description of the contract or purchase(s)
This contract will involve, but not be limited to, the following fields:
preventive and curative maintenance, refurbishment, alteration and
maintenance and finishing works (indoor and outdoor) in buildings occupied
and/or managed by the European Commission in Brussels and the surrounding
area (including, in particular, masonry, all types of floor and wall
coverings, any painting, all types of partitions, false ceilings, false
floors, wood joinery, hardware, all structural and finishing techniques,
waterproofing and maintenance of roofs and facades, etc.). The contract
also covers the implementation of ad hoc projects for refurbishment and
structural works not covered by the pre-determined schedule for the works
to be carried out.
These works would involve approximately 72 buildings, with a total surface
area of approximately 1 000 000 m2.
II.1.6) Common procurement vocabulary (CPV)
45400000, 45223220, 45421000, 45421152, 45432100, 45442100, 45262522,
50000000, 51000000, 44112200, 44112230, 44112300, 44220000, 45261900,
45432210, 45443000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 70 000 000 and 80 000 000 EUR
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Prior to the contract coming into effect, the successful tenderer must
provide a performance guarantee, payable on first demand, for an amount
equal to 5 % of the annual value of his tender.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Payment at 30 days as stated in the provisions of the draft contract
appended to the specifications.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Each individual grouping member must comply with the non-exclusion
criteria. The grouping as a whole must comply with the selection criteria
(see points III.2.2 and III.2.3) and the different grouping members will
be jointly and severally liable for contract performance.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: A. Tenderer’s references:
the tenderer (or each member in the case of groupings) must:
— quote reference ‘OIB.DR.2/PO/2014/034/611’ in his tender,
— enclose identity details (groupings shall provide these separately for
each member and state which is the lead company) as follows: name, legal
status, nationality, address, telephone and fax numbers, contact name and
e-mail address, VAT number and legal registration number (where
applicable),
— enclose the documents and information required in point III.2
‘Conditions for participation’ and in Annex 1 to the specifications.
B. Legal position:
the tenderer shall enclose documentary proof with the name of the country
in which he has his head office or is domiciled, as required under law in
his country of residence.
The tenderer shall enclose a duly signed and dated solemn declaration
stating that he is not in any of the situations which would disqualify him
from taking part 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.htm
NB: the successful tenderer must, on pain of exclusion, furnish the
following documentary evidence in support of the solemn declaration prior
to signature of the contract:
— recent extract from the judicial record or, failing this, an equivalent
document recently issued by an appropriate judicial or administrative body
in the country in which the tenderer resides, stating that he is not
bankrupt or being wound up, his affairs are not being administered by the
court, he has not entered into an arrangement with creditors, he has not
suspended business activities, he is not the subject of proceedings of
this nature, nor is he in any analogous situation arising from a similar
procedure under national laws or regulations,
— recent extract from the judicial record or, failing this, an equivalent
document recently issued by an appropriate judicial or administrative body
in the country in which the tenderer resides, stating that he has not been
convicted of an offence concerning his professional conduct by a judgment
which has the force of ‘res judicata’ and has not been the subject of a
judgment which has the force of ‘res judicata’ for fraud, corruption,
involvement in a criminal organisation or for any other illegal activity
detrimental to the Union’s financial interests,
— recent certificate issued by an appropriate body in the country in which
the tenderer resides, stating that he has fulfilled his obligations in
respect of payment of social security contributions,
— recent certificate issued by an appropriate body in the country in which
the tenderer resides, stating that he has fulfilled his obligations in
respect of payment of taxes (direct taxes and VAT) in accordance with
legal provisions in said country.
Where no such documents or certificates are issued in the country
concerned, they may be replaced by a statement under oath, or failing
that, a solemn declaration made by the tenderer before a judicial or
administrative body, a notary or a qualified professional body in said
country.
NB: groupings must furnish the necessary solemn declaration, and
supporting documents and information in the event they are awarded the
contract, for each individual member.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: — copy of the financial statements (balance sheets and operating
accounts) for the past 3 financial years for which accounts have been
closed, showing the annual pre-tax profit. If, for a valid reason, the
tenderer is unable to provide them, he must enclose a statement as to
annual pre-tax profits for the past 3 years. If the operating accounts or
the statement show an average loss over the past 3 years, then the
tenderer must furnish another document as proof of his financial and
economic capacity, such as an appropriate guarantee from a third party
(e.g. the parent company), statements from auditors or equivalent,
— statement as to overall annual turnover during the past 3 financial
years.
Minimum level(s) of standards possibly required: to be selected, the
tenderer must provide proof of an average overall annual turnover of at
least 20 000 000 EUR for the past 3 financial years.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
— the tenderer must provide a list of the main works carried out in the
field of this contract during the past 3 years, also indicating the
amounts, dates and particulars of the recipients of the works carried out.
Each reference must include the following information: customer’s name and
particulars, contract number or reference, start and end dates,
certificate of satisfactory performance, in the event of services being
carried out for public administrative bodies,
— the tenderer must provide proof of his capacity to provide the
Commission with at least 40 people on a daily basis. He will also indicate
the resources to be implemented in order to do so. The tenderer must also
provide CVs for each of the following positions:
• project manager: senior technician — A1 or equivalent level (e.g.
technical or industrial engineer, architect, etc.), with at least 10
years’ experience in site coordination and supervision, including 5 years
in managing refurbishment and maintenance works in an occupied building
(or equivalent experience). The project manager must also have undergone
safety coordinator training and have level 2 authorisation,
• manager: senior technician — A2 or equivalent level, with at least 10
years’ experience in the field, including at least 5 years in project
management,
• supervisor: experienced person, specialised in his field of activity,
with at least 10 years’ practical experience, including at least 5 years
in managing workers in the field of his specialisation,
— the tenderers must provide an ISO 9001 certificate or equivalent, or a
dossier demonstrating that an internal quality control system has been set
up corresponding to the aforementioned standard,
— the tenderers must provide an ISO 14001 or EMAS certificate or
equivalent, or a dossier demonstrating that an internal environmental
management system has been set up corresponding to the aforementioned
standard.
Minimum level(s) of standards possibly required:
in the list submitted by the tenderer, at least 3 works projects must have
been carried out, each with a budget of at least 300 000 EUR.
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.2) Award criteria
IV.2.1) Award criteria
Lowest price
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
OIB.DR.2/PO/2014/034/611.
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
27.10.2014 – 17:30
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
Any EU official language
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders
Date: 10.11.2014 – 10:00
Place:
Office for Infrastructure and Logistics — Brussels, room SDR 05/029, rue
Père de Deken 23, 1040 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional 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 participate must inform Unit OIB.DR.2 ‘Finance and
Public Procurement’ by fax (see number given in point I.1) 2 working days
before the tender opening session, at the latest.
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.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
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=612
1) 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 the Internet site.
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 tender documents 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) Executive agencies may be included in the contract as contracting
authorities (within a limit of 10 % of the total contract value and for
all the executive agencies taken together) if during the course of the
procedure, said agencies had not yet been officially created or were not
being created and, consequently, no formal designation could be specified
in the invitation to tender documents.
3) 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.htm
4) During the 3 years following conclusion of the initial contract, the
contracting authority may use a negotiated procedure, without prior
publication of a further works contract notice, for work similar to that
assigned to the party(ies) awarded this contract by the contracting
authority.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
General Court of the European Union
rue du Fort Niedergrünewald
2925 Luxembourg
LUXEMBOURG
E-mail: [email protected]
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
Fax: +352 4303-2100
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: 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:
21.8.2014

Classification of the contract
45400000 Building completion work
45223220 Structural shell work
45421000 Joinery work
45421152 Installation of partition walls
45432100 Floor laying and covering work
45442100 Painting work
45262522 Masonry work
50000000 Repair and maintenance services
51000000 Installation services (except software)
44112200 Floor coverings
44112230 Linoleum
44112300 Partitions
44220000 Builders’ joinery
45261900 Roof repair and maintenance work
45432210 Wall-covering work
45443000 Facade work

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button