There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 244516-2023

25/04/2023    S81

Gabon-Libreville: Security services for the delegation of the European Union in Gabon for São Tomé and Príncipe and CEEAC

2023/S 081-244516

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European External Action Service (EEAS), Delegation of the European Union to Gabon, Equatorial Guinea, Sao Tomé-et-Principe and CEEAC
Postal address: Quartier Bas de Gué Gué Croisement, Boulevard de la Nation Et Avenue Paul Moukambi
Town: Libreville
NUTS code: GA Gabon
Postal code: BP 321
Country: Gabon
Contact person: Chef d'Administration
E-mail: eeas-tenders@eeas.europa.eu
Internet address(es):
Main address: https://eeas.europa.eu/
Address of the buyer profile: https://www.eeas.europa.eu/eeas/appel-d%E2%80%99offres_fr?s=99
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=13304
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=13304
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:

Security services for the delegation of the European Union in Gabon for São Tomé and Príncipe and CEEAC

Reference number: EEAS/DELGABL/2023/CPN/0210
II.1.2)Main CPV code
79710000 Security services
II.1.3)Type of contract
Services
II.1.4)Short description:

The contracting authority is looking to conclude a framework service contract for the provision of security services, in accordance with the specifications set out in the contract documents.

II.1.5)Estimated total value
Value excluding VAT: 5 040 000.00 EUR
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: GA Gabon
Main site or place of performance:

Libreville, Gabon.

II.2.4)Description of the procurement:

See the contract documents available at the address indicated in Section I.3).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 040 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:

See the contract documents available at the address indicated in Section I.3).

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
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: yes
Identification of the project:

EU Operating Appropriations.

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 the contract documents available at the address indicated in Section I.3).

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:

Please see the contract documents available at the address indicated in Section I.3).

III.2.2)Contract performance conditions:

Please see the contract documents available at the address indicated in Section I.3).

III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Competitive procedure with negotiation
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:

The initial duration of the contract is four years, although the contract can be extended twice, each for a period of one year, depending on developments pertaining to the security environment in the country, and the requirements of the contracting authority.

IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 22/05/2023
Local time: 16:00
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: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Every four to six years.

VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please see the contract documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five calendar days before the deadline for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3), without a preceding publication of a 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 be notified when new information or documents are published.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please see the contract documents available at the address indicated in Section I.3).

VI.5)Date of dispatch of this notice:
18/04/2023