Belgium-Brussels: Purchase of safety and security equipment/supplies for the 3 working places of the European Parliament (Brussels, Luxembourg, Strasbourg)
2017/S 165-339180
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament, direction générale de la sécurité et de la protection
Postal address: rue Wiertz 60
Town: Bruxelles
NUTS code:
BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-HoofdstadPostal code: 1047
Country: Belgium
Contact person: unité «Budget»
E-mail:
SAFE.marches-tenders@ep.europa.euInternet address(es): Main address:
http://www.europarl.europa.eu/portal/en 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:
Purchase of safety and security equipment/supplies for the 3 working places of the European Parliament (Brussels, Luxembourg, Strasbourg).
Reference number: EP/DGSAFE/FOUR/2017-009.
II.1.2)Main CPV code35100000 Emergency and security equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
The subject of the contract is the supply of safety and security items for the European Parliament (hereinafter ‘Parliament’) in Brussels, Strasbourg and Luxembourg. The items are intended for safety officers and security agents, necessary for performance of their tasks and related training purposes.
II.1.5)Estimated total valueValue excluding VAT: 620 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Safety equipment and supplies
Lot No: 1
II.2.2)Additional CPV code(s)35110000 Firefighting, rescue and safety equipment
II.2.3)Place of performanceNUTS code: FRF1 Not specified
NUTS code: LU0 LUXEMBOURG (GRAND-DUCHÉ)
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Main site or place of performance:
Brussels, Strasbourg, Luxembourg.
II.2.4)Description of the procurement:
2 sets of products are to be supplied under the lot, mandatory items and non-mandatory items.
The mandatory items are the items that the contracting authority requires to be provided according to technical characteristics described in Annex I to the ‘Specifications’ (firefighting equipment, personal protection, measuring instruments, storage, logistics and signage items, tools, first aid training items and other).
The non-mandatory items are the items which specifications are not defined in the tender documents, but fall under the category of the lot. These items would be ordered from a catalogue of the contractor. For information, non-mandatory items to be included in the catalogue would be: axe, snow shovel, broom, stepladder, electricity generator, portable projectors, 24V light to be used in humid environment, security or storage cabinets, high visibility vests in various colours and personalised prints, consumables for first aid kit, consumables for make-up kit for first aid trainings and other safety equipment and supplies.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 320 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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
II.2)Description
II.2.1)Title:
Security equipment and supplies
Lot No: 2
II.2.2)Additional CPV code(s)35120000 Surveillance and security systems and devices
II.2.3)Place of performanceNUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
NUTS code: FRF1 Not specified
NUTS code: LU0 LUXEMBOURG (GRAND-DUCHÉ)
Main site or place of performance:
Brussels, Luxembourg, Strasbourg.
II.2.4)Description of the procurement:
2 sets of products are to be supplied under the lot, mandatory items and non-mandatory items.
The mandatory items are the items that the contracting authority requires to be provided according to technical characteristics described in Annex I to the ‘Specifications’ (seals, inspection mirrors, radio earpieces, protective and training clothing for combat sports, torch light, tools and other).
The non-mandatory items are the items which specifications are not defined in the tender documents, but fall under the category of the lot. These items would be ordered from a catalogue of the contractor. For information, non-mandatory items to be included in the catalogue would be: ziplock bags, handheld metal detectors, supplies for combat sports and other security equipment and supplies.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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
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:
Tenderers shall provide proof that they are authorised to perform the contract under their national law.
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:
This contract shall be applied by means of order forms. The detailed contract performance conditions are stated in the procurement documents.
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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/10/2017
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 13/10/2017
Local time: 10:00
Place:
Tenders will be opened at the following address in Brussels:
European Parliament, rue Wiertz 50 (Room WIE 00U030), 1047 Brussels, BELGIUM;
and via vidieoconference in Strasbourg:
European Parliament, LOW Building — entrée «Firmes», allée du Printemps (Room LOW T03.037), 67000 Strasbourg, FRANCE;
and via videoconference in Luxembourg:
European Parliament, 2, rue Alcide de Gasperi, Room KAD 01G03, L-1615 Luxembourg, LUXEMBOURG.
Information about authorised persons and opening procedure:
Tenderers wishing to attend the opening of the tenders (maximum 2 persons per tenderer) are asked to notify the department responsible for managing this procurement procedure by no later than 11.10.2017 by sending an e-mail to: SAFE.marches-tenders@ep.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial 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 VI.5)Date of dispatch of this notice:18/08/2017