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:
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 code75250000 Fire-brigade and rescue services
II.1.3)Type of contractServices
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 lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79710000 Security services
II.2.3)Place of performanceNUTS 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 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: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis 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.4.2)Body responsible for mediation proceduresOfficial 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 VI.5)Date of dispatch of this notice:10/03/2023