Tájékoztatjuk, hogy programozási hiba miatt az URL-címek nem megfelelően jelennek meg az e-hirdetményekben. Már dolgozunk a probléma megoldásán. Addig is azt javasoljuk, hogy távolítsa el az URL végén megjelenő vesszőt (vagy más különleges karaktert). Szíves elnézését kérjük a kellemetlenségért.

Szolgáltatások - 260010-2017

07/07/2017    S128

Spain-Vigo: Outsourced services in the field of security, auxiliary and facilities management

2017/S 128-260010

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Fisheries Control Agency
Postal address: Avenida García Barbón, 4
Town: Vigo (Pontevedra)
NUTS code: ES114 Pontevedra
Postal code: 36201
Country: Spain
Contact person: EFCA Procurement
E-mail: procurement@efca.europa.eu
Telephone: +34 986120610
Fax: +34 886125237
Internet address(es):
Main address: http://www.efca.europa.eu
I.1)Name and addresses
Official name: European Agency for Safety and Health at Work (EU-OSHA)
Town: Bilbao (Biscay)
NUTS code: ES21 País Vasco
Country: Spain
E-mail: procurement@osha.europa.eu
Internet address(es):
Main address: https://osha.europa.eu/en/contact-us
I.1)Name and addresses
Official name: European Joint Undertaking for ITER and the Development of Fusion Energy (‘Fusion for Energy’)
Town: Barcelona (Barcelona)
NUTS code: ES511 Barcelona
Country: Spain
E-mail: F4E-Joint-Frameworks@f4e.europa.eu
Internet address(es):
Main address: https://industryportal.f4e.europa.eu/IP_PAGES/ehome.aspx
I.2)Information about joint procurement
The contract involves joint procurement
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=2488
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=2488
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:

Outsourced services in the field of security, auxiliary and facilities management.

Reference number: EFCA/2017/OP/01.
II.1.2)Main CPV code
79710000 Security services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of this procurement procedure is to conclude an interagency framework contract under the lead of European Fisheries Control Agency (EFCA), with 1 service provider for provision of outsourced services in the field of security, auxiliary and facilities management. The following EU Agencies have joined this interagency procurement and would also use the resulting framework contract: European Joint Undertaking for ITER and the Development of Fusion Energy (‘Fusion for Energy’), European Agency for Safety and Health at Work (EU-OSHA).

II.1.5)Estimated total value
Value excluding VAT: 2 250 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79500000 Office-support services
79620000 Supply services of personnel including temporary staff
II.2.3)Place of performance
NUTS code: ES114 Pontevedra
Main site or place of performance:

The tasks are to be performed at the premises designated by the participating contracting authorities. The agencies are situated in Vigo (EFCA), Barcelona (‘Fusion for Energy’) and in Bilbao (EU-OSHA).

II.2.4)Description of the procurement:

The contractor must apply current Spanish social-legislation provisions to his personnel providing services under the contract. The contractor undertakes to apply all legislative and regulatory provisions in force locally in the area of social and health security, pension contributions and employment and tax legislation.

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: 2 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Subject to budgetary availability, satisfactory performance of the initial contract and continued requirement by EFCA, the contract may be renewed 2 times for a period of 1 year.

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:

As stated in the procurement documents.

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: 08/08/2017
Local time: 15:00
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)
IV.2.7)Conditions for opening of tenders
Date: 10/08/2017
Local time: 15:30
Place:

European Fisheries Control Agency, room 6.15, Avenida García Barbón, 4, 36201 Vigo (Pontevedra), SPAIN.

Information about authorised persons and opening procedure:

1 person representing the tenderer may be present at the opening. Participation will be restricted to an observer role. Please advise procurement@efca.europa.eu 2 days in advance if you intend to be present at the opening of tenders mentioning ‘EFCA/2017/OP/01 Opening’ in the subject field.

Section VI: Complementary information

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

Publications of further services are likely to follow a 4-year cycle.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1. If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal. Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.

VI.5)Date of dispatch of this notice:
27/06/2017