Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Maintenance and operation of general security installations at European Parliament sites in Brussels (lot 1), Strasbourg (lot 2) and Luxembourg (lot 3)
Reference number: EP/DGSAFE/UTSI/SER/2019-009
II.1.2)Main CPV code50600000 Repair and maintenance services of security and defence materials
II.1.3)Type of contractServices
II.1.4)Short description:
This contract consists of:
— provision of qualified human resources to perform tasks related to the daily maintenance and update of type I equipment, installations and materials, as well as assistance for the operation/use of safety equipment and installations,
— maintenance of type II equipment, installations and material (omnium maintenance) with an obligation to achieve results.
II.1.5)Estimated total valueValue excluding VAT: 19 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Maintenance and operation of general security installations at the EP site in Brussels
Lot No: 1
II.2.2)Additional CPV code(s)50610000 Repair and maintenance services of security equipment
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
II.2.4)Description of the procurement:
Provision of qualified human resources for carrying out tasks related to the daily maintenance and update of type I equipment, installations and materials, as well as for assistance for the operation/use of the security equipment and installations.
Maintenance of type II equipment, installations and material (omnium maintenance) with an obligation to achieve results.
Type I services — installations and equipment to be maintained and supervised with tools, methods and devices available at the Parliament.
Type II services — installations and equipment not to be maintained and supervised with tools, methods and devices available at the Parliament.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 9 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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:
Maintenance and operation of general security installations at the EP site in Strasbourg
Lot No: 2
II.2.2)Additional CPV code(s)50610000 Repair and maintenance services of security equipment
II.2.3)Place of performanceNUTS code: FRF ALSACE-CHAMPAGNE-ARDENNE-LORRAINE
Main site or place of performance:
II.2.4)Description of the procurement:
Provision of qualified human resources for carrying out tasks related to the daily maintenance and update of type I equipment, installations and materials, as well as for assistance for the operation/use of the security equipment and installations.
Maintenance of type II equipment, installations and material (omnium maintenance) with an obligation to achieve results.
Type I services — installations and equipment to be maintained and supervised with tools, methods and devices available at the Parliament.
Type II services — installations and equipment not to be maintained and supervised with tools, methods and devices available at the Parliament.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 6 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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:
Maintenance and operation of general security installations at the EP site in Luxembourg
Lot No: 3
II.2.2)Additional CPV code(s)50610000 Repair and maintenance services of security equipment
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG
Main site or place of performance:
II.2.4)Description of the procurement:
Provision of qualified human resources for carrying out tasks related to the daily maintenance and update of type I equipment, installations and materials, as well as for assistance for the operation/use of the security equipment and installations.
Maintenance of type II equipment, installations and material (omnium maintenance) with an obligation to achieve results.
Type I services — installations and equipment to be maintained and supervised with tools, methods and devices available at the Parliament.
Type II services — installations and equipment not to be maintained and supervised with tools, methods and devices available at the Parliament.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 3 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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.1.2)Economic and financial standingList and brief description of selection criteria:
See the tender documentation
III.1.3)Technical and professional abilityList and brief description of selection criteria:
See the tender documentation
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 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: 19/03/2020
Local time: 17:00
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: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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 26/03/2020
Local time: 10:00
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address:
http://www.ombudsman.europa.eu VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:21/01/2020