Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Home Affairs, Directorate A: Internal Security
Postal address: LX-46 3/106
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Luigi Soreca
E-mail: home-c4-procurement@ec.europa.eu
Fax: +32 22979590
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm#/c_
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework contract for the maintenance, upgrade, overhaul and consultancy services related to secure centres and crisis management rooms (SZ-M4y II).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Commission's and contractor's premises.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 5 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
Framework contract for the future maintenance, upgrade, overhaul and consulting costs of the 'Secure zone',
II.1.6)Common procurement vocabulary (CPV)50700000 Repair and maintenance services of building installations, 45216100 Construction work for buildings relating to law and order or emergency services, 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 44210000 Structures and parts of structures, 44300000 Cable, wire and related products
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Electromagnetic (EM) shield of Faraday type and subsystems. Services are related to intrusion protection system, video monitoring system, fire alarm and detection system, fire extinguishing system, building technics, access control system, air conditioning and emergency power. Extensive details will be provided to the selected applicants for phase 2 in the technical specifications.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As in contract model.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As in point II.2.1 of the terms of reference.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: FSC (facility security clearance) issued by an EU Member State is needed. The FSC should clearly specify to cover any staff allocated (including the technicians) by the applicant to provide the required services on site and on remote.
Not having such a FSC will constitute exclusion from the procedure and from the selection process.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial abilityMinimum level(s) of standards possibly required: Tenderers must show that their annual turnover exceeds 500 000 EUR, for the past 3 years (average of 2011, 2012 and 2013 figures) — in the case of a consortium, this threshold will be verified at the level of the consortium.
Tenderers must provide proof of their financial and economic capacity by means of the following documents:
— the balance sheets or extracts from balance sheets for the last 3 financial years,
— a statement of overall turnover and turnover relating to the relevant services for the last 3 financial years,
— completed 'Simplified balance sheet' and 'Simplified profit & loss account' (Annex 4), filled in for the last 3 years.
These documents must be submitted by all service providers, regardless of the percentage of tasks they intend to execute, once they have chosen to submit a tender. However, if the application includes subcontractors whose tasks represent less than 20 % of the contract, those subcontractors are not obliged to provide evidence of their economic and financial capacity.
Subcontractors are any third party not being on the payroll of the tenderer.
III.2.3)Technical capacity III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
HOME/2014/ISFP/PR/SCRZ/0036.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.11.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Regulation (EU) No 513/2014 of the European Parliament and of the Council of 16.4.2014 establishing, as part of the Internal Security Fund, the instrument for financial support for police cooperation, preventing and combating crime, and crisis management and repealing Council Decision 2007/125/JHA.
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresBody responsible for mediation procedures
Official name: General Court
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.10.2014