Services - 224718-2017

14/06/2017    S112

Belgium-Brussels: Maintenance and operation of general security equipment on the site of the European Parliament in Luxembourg

2017/S 112-224718

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, direction générale de la sécurité et de la protection
Postal address: rue Wiertz 60
Town: Bruxelles
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: unité «Budget»
E-mail: SAFE.marches-tenders@ep.europa.eu
Internet address(es):
Main address: http://www.europarl.europa.eu/tenders/invitations.htm
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=2482
Additional 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 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:

Maintenance and operation of general security equipment on the site of the European Parliament in Luxembourg.

II.1.2)Main CPV code
50610000 Repair and maintenance services of security equipment
II.1.3)Type of contract
Services
II.1.4)Short description:

This invitation to tender is divided into 2 main tasks:

maintenance of general security equipment: this involves performing all levels of maintenance on general security equipment;

operation of general security equipment: this mainly involves monitoring the running of the installations, as well as their configuration and backups of data and/or equipment and system settings.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: LU000 Luxembourg (Grand-Duché)
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

The contract covers various technology/equipment as follows:

— access control systems and management of access cards,

— anti-intrusion system,

— video surveillance system,

— emergency exit management system,

— interphone security system,

— entry control system,

— key management system,

— electronic lock system,

— safes and protected cabinets,

— explosimetry,

— radiocommunication system,

— patrol management system.

The expected tasks and activities are as follows:

— monitoring of the installations,

— preventive, corrective and conditional maintenance (irrespective of the level),

— provision of an on-call service and call-out teams,

— light and heavy-duty tools,

— supply of materials and consumables,

— set-up, management and maintenance of inventories for consumables and spare parts (irrespective of the level of maintenance),

— preparation of various documents for monitoring the services provided by the contractor,

— operation and maintenance of management tools and the operation of CMMS software,

— cleaning of equipment as well as the equipment rooms provided,

— all maintenance-related tasks and activities,

— possible installation and removal of dosimeters,

— equipment loading,

— updating of plans and other documents relating to the technical installations (reports, statistics, inventories, etc.),

— assistance and provision of support which the European Parliament deems necessary for any activities related to the upgrading of installations, the set-up of new installations or equipment and the inspection or control thereof.

See specifications and annexes.

The contract has an estimated value of 2 000 000–2 500 000 EUR for the total contract term (48 months). Non-binding estimate.

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 administrative specifications.

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

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: 22/08/2017
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: 29/08/2017
Local time: 10:30
Place:

in Brussels: rue Wiertz 50, 1047 Brussels, room WIE-0U030 (ground floor);

in Luxembourg (videoconference): plateau de Kirchberg, Konrad Adenauer (KAD) Building, room 01G032.

Information about authorised persons and opening procedure:

on pain of being refused access to the opening of tenders, tenderers wishing to attend (maximum of 2 persons) should send confirmation thereof no later than 2 working days prior to the date for opening of tenders by e-mail to: SAFE.marches-tenders@ep.europa.eu attaching a copy of an identity document of the participants.

Section VI: Complementary information

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

The European Parliament departments concerned will arrange a mandatory site visit. Economic operators wishing to take part in the visit should:

go to the following address on 30.6.2017 (9:30):

European Parliament, entrée principale du bâtiment Konrad Adenauer (KAD), plateau de Kirchberg, L-2929 Luxembourg, LUXEMBOURG.

Tenders submitted by economic operators who did not attend the mandatory site visit will be automatically rejected.

A maximum of 3 representatives per tenderer may attend. The names and positions of the participants must be notified at the latest 2 working days prior to the visit at the following e-mail address: SAFE.marches-tenders@ep.europa.eu

During the site visit, tenderers will have the opportunity to ask questions which they deem relevant and useful for drawing up a tender. Additional time will, however, be given until 5.7.2017 (13:00) for raising additional questions sent by e-mail only to the following address: SAFE.marches-tenders@ep.europa.eu

The European Parliament will give a certificate of attendance to each tenderer and compile a report of the site visit, including the additional questions and answers, which will be e-mailed to all participants no later than 11.7.2017.

Any travel costs relating to the site visit are to be borne by tenderers and will not be reimbursed by the European Parliament.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice of the European Union
Town: Luxembourg
Postal code: 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: General Court of the Court of Justice of the European Union
Town: Luxembourg
Postal code: 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:
02/06/2017