Services - 350785-2019

26/07/2019    S143

Luxembourg-Luxembourg: Security guard and fire safety services for the buildings of the Court of Justice of the European Union and the European Public Prosecutor's Office, as well as quality assessment of these services, and consultancy on safety and security

2019/S 143-350785

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Court of Justice of the European Union, direction générale de l’administration, direction des bâtiments et de la sécurité
Postal address: Service du courrier officiel
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: L-2925
Country: Luxembourg
Contact person: Mme Alexandra de Maleville
E-mail: dbs-ao-19-010@curia.europa.eu
Internet address(es):
Main address: http://curia.europa.eu
I.1)Name and addresses
Official name: European Public Prosecutor’s Office
Town: Bruxelles
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1000
Country: Belgium
Contact person: Mme Alexandra de Maleville
E-mail: dbs-ao-19-010@curia.europa.eu
Internet address(es):
Main address: http://curia.europa.eu
I.2)Information about joint procurement
The contract involves joint procurement
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=5192
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:

Security guard and fire safety services for the buildings of the Court of Justice of the European Union and the European Public Prosecutor's Office, as well as quality assessment of these services, and consultancy on safety and security

Reference number: COJ-PROC-19/010
II.1.2)Main CPV code
79713000 Guard services
II.1.3)Type of contract
Services
II.1.4)Short description:

Security guard and fire safety services for the current and future buildings of the Court of Justice of the European Union and the European Public Prosecutor's Office, as well as quality assessment of these services, and consultancy on safety and security.

The purpose of the contract is:

— lot 1: operational management of safety and security,

— lot 2: assessment and monitoring of the performance and quality of the services provided by the contractor of lot 1; security and safety consultancy.

II.1.5)Estimated total value
Value excluding VAT: 38 700 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Not applicable to this contract.

Candidates may submit an application for 1 or 2 lots. However, they may only be awarded one of the lots.

II.2)Description
II.2.1)Title:

Security guard and fire safety services for the buildings of the contracting authority

Lot No: 1
II.2.2)Additional CPV code(s)
75251000 Fire-brigade services
79710000 Security services
79714000 Surveillance services
79715000 Patrol services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

In and around the current and future buildings of the Court of Justice of the European Union and those of the European Public Prosecutor's Office in the Grand Duchy of Luxembourg.

II.2.4)Description of the procurement:

Operational safety and security management of buildings occupied or to be occupied by the Court of Justice of the European Union (CJEU) and the European Public Prosecutor's Office. The services include various types of provisions, including the management of the security and fire control centre (PCS/PCI), static and mobile guard services, mobile patrols, armed protection of buildings and VIPs, access control, welcoming and reception services, accreditation, guarding of building sites, video surveillance, safety services including in particular fire safety and emergency medical assistance, administrative work (press reviews, etc.) and training.

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: 37 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

The basic duration of each framework contract is 24 months, with 3 tacit annual renewals, each for a period of 12 months.

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:

Assessment of the quality of security guard and fire safety services provided by the contractor of lot 1, and consultancy on safety and security matters

Lot No: 2
II.2.2)Additional CPV code(s)
79417000 Safety consultancy services
79710000 Security services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

In and around the current and future buildings of the Court of Justice of the European Union and the buildings of the European Public Prosecutor's Office in the Grand Duchy of Luxembourg.

II.2.4)Description of the procurement:

Assessment and monitoring of the performance and quality of services provided by the contractor for lot 1.

The services include services for the assessment of the quality of services, and consultancy on safety and security matters, studies, open source investigations (Open Source Intelligence, OSINT), specific administrative work (country files / communication of crisis situations, etc.).

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: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

The basic duration of each contract is 24 months, with 3 tacit annual renewals, each for a period of 12 months.

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 5.5.1 of the administrative specifications.

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.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

With regard to lot 1, see section 5.5.1 of the administrative specifications.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:

— return on investment is not completely guaranteed over a period of four years, - requirement of continuity of security guard and fire safety services during the period of gradual withdrawal from the contract, - market sensitivity: need to limit the dissemination information that may affect the security of the contracting authority

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: 29/08/2019
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 06/12/2019
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 06 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.3)Additional information:

This procedure will be implemented in 2 separate stages.

In the 1st stage, all interested economic operators may submit a request to participate including administrative information and documents relating to exclusion and selection criteria (see part 4 of the administrative specifications).

In the 2ndstage, economic operators who have submitted such an application, who are not in a situation of exclusion, and who fulfil the selection criteria, will be invited to submit a tender (see part 4 of the administrative specifications).

Relevant documents to submit a request to participate (1st stage) can be downloaded from the e-tendering website

For reasons of confidentiality, certain documents required for the submission of a tender (2nd stage) are not accessible to the public on the e-tendering website. These documents will only be provided to candidates invited to tender in the 2ndstage.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: https://curia.europa.eu/jcms/jcms/index.html
VI.4.2)Body responsible for mediation procedures
Official name: The European Ombudsman
Postal address: 1, avenue du Président Robert Schuman
Town: Strasbourg
Postal code: L-67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Any appeals must be lodged with the General Court of the European Union within 2 months of the plaintiff being notified or, failing this,of the date on which it became known to them.

Lodging a complaint with the European Ombudsman neither suspends this deadline nor creates a new deadline for appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court of the European Union
Postal address: Rue Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: https://curia.europa.eu/jcms/jcms/index.html
VI.5)Date of dispatch of this notice:
15/07/2019