Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Security Guard and Reception/Switchboard services for the premises of the EU-House in Rome and Milan, Italy
Reference number: PR/2018-05-SEC/ROM
II.1.2)Main CPV code79710000 Security services
II.1.3)Type of contractServices
II.1.4)Short description:
The European commission representation in Italy, acting also on behalf of the European parliament information office, is looking for security guard and reception/switchboard services for the EU-House premises in Rome and Milan. The objective is the provision of a uniformed and trained, unarmed, security guard service to perform routine protective and access control duties and reception/switchboard services.
II.1.5)Estimated total valueValue excluding VAT: 2 475 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 3
II.2)Description
II.2.1)Title:
Security guard and reception services in the European Parliament information office and the European commission representation in Rome
Lot No: 1
II.2.2)Additional CPV code(s)79992000 Reception services
79710000 Security services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
European Commission Representation in Italy.
Via IV novembre 149,
00187 Rome, ITALY
II.2.4)Description of the procurement:
Security guard and reception services in the European Parliament information office and the European Commission Representation in Rome.
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: 280 000.00 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 contract may be renewed 4 times for a maximum of 5 years.
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:
Security guard and reception services in the European Commission Representation in Milan
Lot No: 2
II.2.2)Additional CPV code(s)79992000 Reception services
79710000 Security services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
Regional Representation in Milano.
Corso Magenta, 59.
I-20123 Milano
II.2.4)Description of the procurement:
Security guard and reception services in the Regional Representation office in Milano.
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: 145 000.00 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 contract may be renewed 4 times for a maximum of 5 years.
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:
Security guard and reception services in the European Parliament information office in Milan
Lot No: 3
II.2.2)Additional CPV code(s)79992000 Reception services
79710000 Security services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
Regional Representation in Milano.
Corso Magenta, 59.
I-20123 Milano
II.2.4)Description of the procurement:
Security guard and reception services in the European Parliament information office in Milan.
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: 70 000.00 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 contract may be renewed 4 times for a maximum of 5 years.
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 Internet address provided in Section I.3.
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 Internet address provided in Section I.3.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 01/03/2018
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 09/03/2018
IV.2.4)Languages in which tenders or requests to participate may be submitted:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of 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: General Court of the Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3.
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: General Court of the Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:23/01/2018