Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Union Agency for Cybersecurity
Postal address: 1 Vasilissis Sofias Street
Town: Maroussi
NUTS code:
EL Ελλάδα / ElládaPostal code: 15124
Country: Greece
Contact person: Procurement Officer
E-mail:
procurement@enisa.europa.euTelephone: +30 2814409711
Internet address(es): Main address:
https://www.enisa.europa.eu 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 activityOther activity: Cybersecurity
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Physical Security Services
Reference number: ENISA F-CSS-21-T18
II.1.2)Main CPV code79710000 Security services
II.1.3)Type of contractServices
II.1.4)Short description:
The services to be covered by this contract shall cover (Lot 1) all aspects of delivery of security services at the premises of the contracting authority. In addition, (Lot 2) ongoing maintenance services are required for all installed safety and security equipment.
II.1.5)Estimated total valueValue excluding VAT: 800 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)79713000 Guard services
79711000 Alarm-monitoring services
79714000 Surveillance services
II.2.3)Place of performanceNUTS code: EL3 Αττική / Attiki
NUTS code: EL431 Ηράκλειο / Irakleio
Main site or place of performance:
Two locations; Chalandri, 15231, Attiki, Greece and Heraklion 70013, Crete, Greece.
II.2.4)Description of the procurement:
ENISA requires guard services for its two office premises in Athens and Crete Greece. Services include the control of visitors' access to the premises; provision of reception desk services; surveillance and patrolling of the premises in order to prevent and respond to any intrusion, damage to property or attack on persons or property.
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: 700 000.00 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 ensuing framework contract will be for an initial 12-month period, renewable on a yearly basis up to a maximum of 4 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:
Maintenance of Safety and Security Systems
Lot No: 2
II.2.2)Additional CPV code(s)79711000 Alarm-monitoring services
79714000 Surveillance services
50610000 Repair and maintenance services of security equipment
50000000 Repair and maintenance services
II.2.3)Place of performanceNUTS code: EL3 Αττική / Attiki
NUTS code: EL431 Ηράκλειο / Irakleio
Main site or place of performance:
Two locations; Chalandri, 15231, Attiki, Greece and Heraklion 70013, Crete, Greece.
II.2.4)Description of the procurement:
ENISA requires ongoing maintenance services for all installed safety and security equipment, such as:
• Closed-Circuit Television (CCTV);
• Intrusion Detection System (IDS);
• Access Control System (ACS);
• Fire Detection and Fire Alarm System.
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: 100 000.00 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 ensuing framework contract will be for an initial 12-month period, renewable on a yearly basis up to a maximum of 4 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.1.2)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.2.3)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 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: 19/04/2021
Local time: 18:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 23/04/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
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)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Court of Justice of the European Union
Postal address: boulevard Konrad Adenauer, Kirchberg
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2600
VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail:
eo@ombudsman.europa.euTelephone: +33 388172313
Fax: +33 388179062
VI.5)Date of dispatch of this notice:16/03/2021