Υπηρεσίες - 405079-2022

26/07/2022    S142

Ireland-Dublin: Security Guard and Reception/Switchboard Services for EU-House Premises in Ireland

2022/S 142-405079

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Communication (COMM), Representation in Ireland, COMM.DGA1.C.DU – Dublin
Postal address: 12-14 Lower Mount Street, Dublin 2
Town: Dublin
NUTS code: IE061 Dublin
Postal code: D02 W710
Country: Ireland
E-mail: COMM-IE-TENDERS@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/communication_en
I.1)Name and addresses
Official name: European Parliament, Directorate-General for Communication (COMM), European Parliament Liaison Office in Ireland
Postal address: 12-14 Lower Mount Street, Dublin 2
Town: Dublin
NUTS code: IE061 Dublin
Postal code: D02 W710
Country: Ireland
E-mail: COMM-IE-TENDERS@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/communication_en
I.2)Information about joint procurement
The contract involves joint procurement
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=11014
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=11014
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 Guard and Reception/Switchboard Services for EU-House Premises in Ireland

Reference number: COMM/DUB/2022/RP/0377
II.1.2)Main CPV code
79710000 Security services
II.1.3)Type of contract
Services
II.1.4)Short description:

The European Commission Representation in Ireland is looking for security guard and reception/switchboard services for the EU-House premises in Dublin. The objective is the provision of a uniformed and trained, unarmed, security guard service to perform routine protective and access control duties and reception/switchboard services.

II.1.5)Estimated total value
Value excluding VAT: 800 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79710000 Security services
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.4)Description of the procurement:

Security guard and reception/switchboard services for EU-House premises in Ireland.

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: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:

The number of candidates is not limited. Please consult the procurement documents available at the address indicated in Section I.3).

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: yes
Identification of the project:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.14)Additional information

Please consult the procurement documents available at the address indicated in Section I.3).

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:

Please consult the procurement documents available at the address indicated in Section I.3).

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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in Section I.3).

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
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: 23/08/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 11/09/2022
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)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3).

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: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in Section I.3).

VI.5)Date of dispatch of this notice:
19/07/2022