Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: SESAR Joint Undertaking
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-HoofdstadCountry: Belgium
E-mail:
procurement@sesarju.euInternet address(es): Main address:
https://www.sesarju.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: Air Traffic Management Research and Developement
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Security Related Services: Guarding (Lot 1) and Monitoring of Alarm, Intervention on Premises and Maintenance of Security Systems (Lot 2)
Reference number: SJU/LC/0159-CFT
II.1.2)Main CPV code79710000 Security services
II.1.3)Type of contractServices
II.1.4)Short description:
In order to ensure a secure and safe environment, the SJU is planning to conclude service contract(s) for the provision of the following security related services:
— Lot 1:
Guarding services, provision of support related services, and ad-hoc intervention imposed by security state level;
— Lot 2:
Phase I: consisting of services for the upgrade or replacement of equipment and installations for interoperability.
Phase II: consisting of services for monitoring of alarm signals/messages, intervention on premises after the alarm signals, maintenance of the security system and ad-hoc intervention imposed by security state level.
II.1.5)Estimated total valueValue excluding VAT: 278 460.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Guarding Services, Provision of Support Related Services, and Ad-hoc Intervention Imposed by Security State Level
Lot No: 1
II.2.2)Additional CPV code(s)79713000 Guard services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
The services shall be provided within the SJU premises: Avenue de Cortenbergh 100, 1000 Brussels (BELGIUM).
II.2.4)Description of the procurement:
In order to ensure a secure and safe environment, the SJU is planning to conclude service contract(s) for the provision of guarding services, provision of support related services, and ad-hoc intervention imposed by security state level.
For further details please refer to the tender documentation.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Evaluation of the technical offer / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 122 400.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 17/10/2021
End: 16/10/2025
This contract is subject to renewal: yes
Description of renewals:
The initial duration is 12 months. Three automatic annual renewal of 12 months each are foreseen, unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration.
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: yes
Identification of the project:
Funds are related to SESAR 2020 programme under Horizon 2020.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Security Related Services: Monitoring of Alarm, Intervention on Premises and Maintenance of Security Systems
Lot No: 2
II.2.2)Additional CPV code(s)79711000 Alarm-monitoring services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:
The services shall be provided within the SJU's premises: Avenue de Cortenbergh 100, 1000 Brussels (BELGIUM).
II.2.4)Description of the procurement:
The contract is divided in 2 Phases:
Phase I: consisting of services for the upgrade or replacement of equipment and installations for interoperability.
Phase II: consisting of services for monitoring of alarm signals/messages, intervention on premises after the alarm signals, maintenance of the security system and ad-hoc intervention imposed by security state level.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Evaluation of the technical offer / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 156 060.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
For Lot 2 contract, the contract is renewed automatically three times for 12 months each as of the 17 October 2022 (first expiry date of the performance of Phase II), unless one of the parties receives formal notification to the contrary at least three months before the end of the ongoing duration.
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: yes
Identification of the project:
Funds are related to SESAR 2020 programme under Horizon 2020.
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:
As per tender documentation.
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 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: 20/05/2021
Local time: 12:00
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:English
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)
IV.2.7)Conditions for opening of tendersDate: 24/05/2021
Local time: 11:00
Place:
Due to Covid-19 restrictions the opening of the tenders may take place remotely. Further details will be provided in accordance with Point 4.2 of the Invitation to tenders.
Information about authorised persons and opening procedure:
See Point 4.2 for further details.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Town: Luxembourg
Country: Luxembourg
VI.5)Date of dispatch of this notice:23/03/2021