Legal Basis:
Directive 2014/24/EU
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:
Services involving fire security, assistance to people (field 1) and external surveillance (field 2) at the European Parliament's site in Brussels
Reference number: EP/DGSAFE/SER/2018-010
II.1.2)Main CPV code75250000 Fire-brigade and rescue services
II.1.3)Type of contractServices
II.1.4)Short description:
This invitation to tender is for the signing of a framework service contract for fire security, assistance to people (field 1) and external surveillance (field 2) at the European Parliament site in Brussels.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:
In Brussels, the European Parliament currently occupies a building stock of 18 buildings with a total area of about 700 000 m2. In addition to parliamentarians and regular staff, the institution hosts external service providers and visitors.
The public in the buildings can be up to about 12,000 people per day.
The contract covers the following fields:
— field 1: fire safety of people and property, pursuant to the regulations governing fire and panic hazards, and assistance to people, including the fire safety control centre. The hourly volume is estimated at ± 84,700/year,
— field 2: permanent and continuous external surveillance, by static surveillance services and/or mobile surveillance services (in accordance with article 2 of the law of 2.10.2017 regulating private and personal security — the so-called "Jambon" law) by predefined rounds (in particular in the perimeter called Vigilis) including the reporting of any anomalies encountered, the inspection of locks of all the external exits of the buildings, and registration with the round control equipment in the planned order, as well as static services at predefined checkpoints. The hourly volume is estimated at ± 60 000/year.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
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.2.1)Information about a particular professionExecution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 15/04/2019
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: 25/04/2019
Local time: 11:00
Place:
European Parliament, Rue Wiertz 60 (Room ASP 06D128), 1047 Bruxelles, BELGIUM.
Tenderers wishing to attend the opening of tenders should confirm their attendance, by 23.4.2019 at the latest, to the department responsible for managing this contract by e-mail to the following address: SAFE.marches-tenders@europarl.europa.eu
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.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please check with the body responsible for appeal procedures regarding the deadline(s) for lodging appeals.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:28/02/2019