Services - 163976-2023

17/03/2023    S55

Belgium-Brussels: Services involving fire security, assistance to people (field 1) and external surveillance (field 2) at the European Parliament's site in Brussels

2023/S 055-163976

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, Directorate-General for Security and Safety (SAFE)
Postal address: Rue Wiertz 60
Town: Bruxelles
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: Unité Budget
E-mail: SAFE.marches-tenders@europarl.europa.eu
Internet address(es):
Main address: https://www.europarl.europa.eu/contracts-and-grants/en/list-of-notices/open-tenders
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=13783
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=13783
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General 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/2022-026
II.1.2)Main CPV code
75250000 Fire-brigade and rescue services
II.1.3)Type of contract
Services
II.1.4)Short description:

Signature of a framework contract for the provision of fire and personal assistance services (field 1), as well as external surveillance (field 2) on the site of the European Parliament in Brussels.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79710000 Security services
II.2.3)Place of performance
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:

The object of this contract is the provision of services on the site of the European Parliament in Brussels.

Field 1: for fire safety and personal assistance services, applying regulations against the risks of fire and panic, and personal assistance, as well as ancillary services related to these missions.

Field 2: for permanent and continuous external surveillance, in particular in the perimeter called Vigilis, by static surveillance services and/or mobile surveillance services (in accordance with Article 2 of the Law of 2 October 2017 regulating private and personal security – the so-called ‘Jambon’ Law) by predefined rounds, 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.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

See invitation to tender documents available at https://etendering.ted.europa.eu/cft/cft-display.html?cftId=13783

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

Reference to the relevant law, regulation or administrative provision:

See invitation to tender documents available at https://etendering.ted.europa.eu/cft/cft-display.html?cftId=13783

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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 participate
Date: 21/04/2023
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 24/04/2023
Local time: 11:00
Place:

European Parliament, Rue Wiertz 60, 1047 Bruxelles, BELGIUM.

Information about authorised persons and opening procedure:

See point 7 of the document ‘Conditions for submitting a tender’.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

‘In case of unavailability or improper functioning of the electronic means of communication referred to in section I.3) in the last five calendar days before the time limit for receipt indicated in section IV.2.2), the contracting authority reserves the right to postpone this time limit and issue a new time limit at the Internet address provided in Section I.3), without having to issue a preceding corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the invitation to tender at the address in Section I.3) in order to get notified when new information or documents are published.’

VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Town: Luxembourg
Postal code: L-2525
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: 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
Official name: Court of Justice of the European Union
Town: Luxembourg
Postal code: L-2525
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
10/03/2023