Services - 290427-2021

10/06/2021    S111

Belgium-Brussels: Security (lot 1) and training (lot 2) services on the site of the European Parliament in Luxembourg

2021/S 111-290427

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, Directorate-General for Security and Safety (SAFE)
Postal address: Rue Wiertz 60
Town: Bruxelles
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: Budget unit
E-mail: SAFE.marches-tenders@europarl.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=8570
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=8570
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 (lot 1) and training (lot 2) services on the site of the European Parliament in Luxembourg

Reference number: EP/DGSAFE/SER/2021-006
II.1.2)Main CPV code
75250000 Fire-brigade and rescue services
II.1.3)Type of contract
Services
II.1.4)Short description:

— lot 1: security services,

— lot 2: security related training services.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Security services on the site of the European Parliament in Luxembourg

Lot No: 1
II.2.2)Additional CPV code(s)
79710000 Security services
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

Provision of fire and personal assistance services (field 1), as well as external surveillance (field 2) on the site of the European Parliament in Luxembourg:

— lot 1 field 1: fire safety for people and property;

— lot 1 field 2: external surveillance.

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
II.2)Description
II.2.1)Title:

Training services on the site of the European Parliament in Luxembourg

Lot No: 2
II.2.2)Additional CPV code(s)
80330000 Safety education services
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Luxembourg.

II.2.4)Description of the procurement:

The European Parliament wishes to offer its staff in Luxembourg a series of security training courses taking into account the specificities of their working environment.

The training courses are divided into three fields:

— field 1 SECO First aid and fire,

—field 2 COSEC Security control,

— field 3 VOLON Evacuation volunteering.

Fields 1 and 2 relate to training for security professionals. Field 3 relates to training for all parliamentary staff volunteering to assist in the evacuation of staff.

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.1.2)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: 15/07/2021
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/07/2021
Local time: 11:00
Place:

Brussels.

Section VI: Complementary information

VI.1)Information about recurrence
This 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 call for tenders 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.4.1)Review body
Official name: Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-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: Court of Justice of the European Union
Town: Luxembourg
Postal code: L-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:
02/06/2021