Services - 317851-2019

09/07/2019    S130

Ireland-Trim: Provision of Security Services to the European Commission at its Premises at Grange, Dunsany, County Meath, Ireland

2019/S 130-317851

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate General for Health and Food Safety — Health and food audits and analysis
Postal address: Grange, Dunsany, Co. Meath
Town: Trim
NUTS code: IE062 Mid-East
Postal code: C15 DA39
Country: Ireland
Contact person: Humberto Latino
E-mail: Sante-irl-cft@ec.europa.eu
Telephone: +353 469061774
Fax: +353 469061705
Internet address(es):
Main address: http://ec.europa.eu/dgs/health_food-safety/
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=5070
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:

Provision of Security Services to the European Commission at its Premises at Grange, Dunsany, County Meath, Ireland

Reference number: SANTE/2019/F6/010
II.1.2)Main CPV code
79710000 Security services
II.1.3)Type of contract
Services
II.1.4)Short description:

The European Commission intends to conclude a contract that covers the provision of a security service 24 hours/7 days at its premises in Grange, Dunsany, County Meath. The security of staff, assets, buildings and site is of paramount importance to the European Commission. To this end, the European Commission demands and expects an extremely high level and standard of service.

II.1.5)Estimated total value
Value excluding VAT: 1 820 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: IE062 Mid-East
Main site or place of performance:

Grange, Dunsany, County Meath, Ireland. The attention of applicants is drawn to the location of the European Commission's premises, which are situated in Co. Meath, some 45 km north-west of Dublin.

II.2.4)Description of the procurement:

The European Commission intends to conclude a contract that covers the provision of a security service 24 hours/7 days at its premises in Grange, Dunsany, County Meath. The security of staff, assets, buildings and site is of paramount importance to the European Commission. To this end, the European Commission demands and expects an extremely high level and standard of service.

The working environment is that of a typical administrative office. English is the predominant working language.

The premises are comprised of a site of 8,05 hectares in a rural setting and a number of interlinked buildings containing the following below:

— main entrance, reception and main security office — block 1,

— facilities management contractor's offices; plant room and — block 1,

— offices and comms room — block 2 ground floor,

— offices — block 2 first floor,

— archives rooms; IT store room; office supplies room and FM cleaning storage room — block 2 basement,

— offices — block 3 ground floor,

— offices block 3 and comms room first floor,

— offices and shower rooms — block 4 ground floor,

— offices; shower rooms and plant room — block 4 first floor,

— gym room; store rooms and technical room for the lift — block 4 basement,

— conference centre 1 (seats around 100 people),

— conference centre 2 (seats around 50 people),

— compound area + plant room area,

— dining hall (including kitchen and services) and cafeteria,

— crèche/childcare buildings and a service compound are adjacent to, but separate from the main complex,

— all-weather pitch,

— security gate lodge,

— site boundary perimeter fencing.

The premises are equipped with intruder alarms, CCTV cameras and main external doors are equipped with a swipe card access system.

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: 1 820 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: 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:

Insofar as the services required under this tender are concerned, the applicant shall respect the terms of the Private Security Authority (PSA) licensing requirements — door supervision and security guarding PSA 28:2013.

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
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2015/S 128-234448
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/08/2019
Local time: 12:00
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
Tender must be valid until: 01/04/2020

Section VI: Complementary information

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

2022-2023

VI.3)Additional information:

1) The attention of interested parties is drawn to the aim of this notice, i.e. to select candidates who will receive the specifications and be invited to tender. The procedure consists of 2 distinct phases. In the first phase, requests to participate sent in response to this notice will be appraised by a selection committee on the basis of the criteria indicated in the procurement documents. All applicants who meet the standards indicated will be short-listed and subsequently invited to submit a tender. Applicants who are not short-listed after phase 1 will be informed of the reasons for their elimination from the procedure.

2) NB: interested parties are requested to strictly observe the conditions stated in the procurement documents when submitting their request to participate. In addition, interested parties must:

— send their application before the deadline in point IV.2.2. Applications sent after the deadline in point IV.2.2 will be automatically rejected,

— enclose all the documents and information requested in the procurement documents.

Applications should be sent in triplicate. Candidates may elect to send their requests to participate either by:

(a) registered post to the official address in point I.1 of this notice. In this case, the date of dispatch will be evidenced by the postmark; or

(b) delivery (in person or by any party representing the candidate, or by courier) to the address indicated in Section I.1. This department is open from 9:30 until 16:30, Monday to Thursday, and from 9:30 until 15:30 on Fridays. It is closed on weekends. For deliveries by courier, the valid date of dispatch will be the date on the courier's delivery note. For deliveries made in person or by any party representing the candidate, delivery will, in this case, be confirmed by a receipt dated and signed by an official of the department indicated in Section I.1.

3) Interested parties are requested to refrain from seeking further information at this stage. The website in point I.3 will be updated regularly and it is therefore the applicant's responsibility to check for updates and modifications during the tendering period.

4) A visit to the Grange site will be arranged in order for short listed candidates to view the premises. However,no costs incurred by candidates in this regard can be reimbursed by the European Commission. A maximum of 2 representatives from any tenderer may participate in the site visit. Participation in a site visit is not obligatory;

5) TUPE or the Transfer of Undertakings Directive of 1977, which became part of Irish law by the European Communities (Safeguarding of Employees' Rights on Transfer of Undertakings) Regulations, 1980, protects the rights of employees where the business in which they are employed is transferred to a new owner, and is applicable to this contract.

The key relevant legislation in Ireland includes:

— European Council Directive 2001/23/EC, introduced into Ireland as the European Communities (Protection of Employees on Transfer of Undertakings) Regulations SI 131/2003 — Annex VI,

— Employees (Provision of Information and Consultation) Act, 2006 — Annex VII.

6) In line with Article 104(f) of the Financial Regulation and with Articles 104(f) and 134.1(e) and 134.4 to the rules of application to the Financial Regulation, the Directorate-General for Health and Food Safety reserves the right to negotiate with the eventual contractor(s) for new services or works consisting in the repetition of similar services or works entrusted to the economic operator to which the same Contracting Authority awarded an original contract. When the institutions award contracts on their own account, that procedure may only be used during the performance of the original contract and at the latest during the 3 years following its signature.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: As in VI.4.1
Town: Luxembourg
Country: Luxembourg
VI.5)Date of dispatch of this notice:
27/06/2019