Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Council of the European Union, General Secretariat
Postal address: rue de la Loi 175
Town: Brussels
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1048
Country: Belgium
Contact person: Procurement Coordination Unit
E-mail:
tendering@consilium.europa.euTelephone: +32 22818062
Fax: +32 22800262
Internet address(es): Main address:
http://www.consilium.europa.eu/contacts/procurement 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:
Security Risk Management (SRM) Consultancy Services
Reference number: UCA 18/066
II.1.2)Main CPV code79410000 Business and management consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The General Secretariat of the Council of the EU wants to obtain consultancy services in the domain of Security Risk Management (SRM) in order to ensure the security of its people, assets and business processes. The contract comprises services towards planning, design and practical implementation of a bespoke “SRM system” in line with ISO 31000.
II.1.5)Estimated total valueValue excluding VAT: 0.01 EUR
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
79417000 Safety consultancy services
79430000 Crisis management services
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
II.2.4)Description of the procurement:
The total workload is not fixed in advance, however the calculation of the total price of the contract will be based on assignments totalling 240 working hours per year and on the assumption that 120 of those 240 hours shall be executed at the Secretariat's premises in Brussels (“On Site”) and 120 working hours from the consultant's premises (“Off Site”, i.e. no travel required).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 0.01 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
After an initial period of 2 years, the contract may be renewed for 2 periods of 1 year each.
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
The estimated volume of services/supplies is set out in the tender specifications.
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:
The proposed consultant must have 1 or more of the following qualifications in the domain of Risk Management, with specialisation in SRM: Master's degree in Risk Management, which must have comprised modules about Enterprise-, and/or Operational- and/or Security Risk; Postgraduate qualification(s) related to Risk Management, for example International Certificate in Enterprise Risk Management (Institute of Risk Management); Professional certificate(s) related to Risk Management, for example ISO 31000 Lead Risk Manager; Other equivalent certificates.
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.2.2)Contract performance conditions:
The tenderer's proposed consultant must have the capacity to work fluently in English at level C2 of the common European framework of reference for languages.
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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 28/02/2019
Local time: 16:30
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.2.7)Conditions for opening of tendersDate: 05/03/2019
Local time: 11:00
Place:
The opening of offers may have to be rescheduled at short notice in case of unforeseen events taking place in or around the General Secretariat's premises on the planned date for the opening of offers.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff an appeal has to be lodged with the General Court. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
Time-limits are extended on account of distance by a fixed period of 10 days regardless of the place of establishment or habitual residence of the person concerned.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:14/01/2019