We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 408202-2014

Display compact view

02/12/2014    S232

Belgium-Brussels: Framework contract for technical and support services (TSS) in the field of chemical, biological, radiological/nuclear, explosive (CBRNE) security

2014/S 232-408202

Contract notice

Services

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
Contact person: home-c4-procurement@ec.europa.eu
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:
Official name: European Commission, Directorate-General for Home Affairs, Directorate A: Internal security
Postal address: LX 3-106
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Luigi Soreca
E-mail: home-c4-procurement@ec.europa.eu
Fax: +32 22998015
Internet address: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm

Tenders or requests to participate must be sent to:
Official name: European Commission, Directorate-General for Home Affairs, Directorate A: Internal security
Postal address: LX-5/85
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: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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 technical and support services (TSS) in the field of chemical, biological, radiological/nuclear, explosive (CBRNE) security.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: 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 agreement
Framework 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: 12 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The main aim of the framework contract is to provide technical and support consultancy services (lot 1), as well as logistical support for the organisation of fora (lot 2), on CBRN-E-related security matters to the European Commission, in order to support the development of the Commission's CBRN-E agenda and related policies and activities.
II.1.6)Common procurement vocabulary (CPV)

79400000 Business and management consultancy and related services, 79416000 Public relations services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1: consultancy services — 4 000 000 EUR.
Lot 2: logistical support to CBRN-E fora — 8 000 000 EUR.
Estimated value excluding VAT: 12 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Consultancy services
1)Short description
To provide technical and support consultancy services on CBRN-E-related security matters
2)Common procurement vocabulary (CPV)

73400000 Research and Development services on security and defence materials

3)Quantity or scope
Estimated value excluding VAT: 4 000 000 EUR
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Logistical support to CBRN-E fora
1)Short description
Organisation of technical meetings (workshops, training, conferences, special events)
2)Common procurement vocabulary (CPV)

79416100 Public relations management services

3)Quantity or scope
Estimated value excluding VAT: 8 000 000 EUR
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots

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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenders can be submitted by groupings of service providers/suppliers who will not be required to adopt a particular legal form prior to the contract being awarded. However, the Commission will require the grouping:
— either to have the contract signed by all members of the grouping. In this case, one of them will be responsible for the receipt and processing of payments for members of the grouping, for managing the service administration and for coordination of the contract, or
— to have the contract signed by a team leader, which has been duly authorised by the other members to bind each of them (a power of attorney will be attached to the contract according to the template provided by the Commission).
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As in the terms of reference.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The tenderers (i.e. in case of joint tender, the combined capacity of all members of the consortium and identified subcontractors) must show that their annual consolidated turnover exceeds 1 000 000 EUR for lot 1 (average for the past 3 years), 2 000 000 EUR for lot 2 (average for the past 3 years).
The following evidence should be provided:
— the completed 'Simplified balance sheet' and 'Simplified profit and loss account' completed for the last 3 years,
— copy of the profit and loss account and balance sheet for the last 3 years for which accounts have been closed,
— failing that, appropriate statements from banks,
— if applicable, evidence of professional risk indemnity insurance.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Lot 1:
a) Criteria relating to tenderers:
Tenderers (in case of a joint tender the combined capacity of all tenderers and identified subcontractors) must comply with the following criteria:
— the tenderer must prove knowledge in the field of CBRN-E threats (chemical, biological, radiological, nuclear and explosives) and related areas (including terrorism, critical infrastructure protection, high-risk substances and their global supply chains, explosives precursors, dual-use items, preparedness and response to terrorist attacks and other hazards, risks during mass events, transport security, and maritime security); and also must prove in-depth knowledge about technical, operational, organisational and legal requirements for detection and mitigation of CBRN-E risks, and the existing technological solutions and about the state of research. In these areas, the tenderer should prove experience in survey techniques, data collection, drafting working documents and recommendations. The tenderer should give evidence of having delivered at least 5 projects in this field in the last 3 years, with a minimum value for each project of 150 000 EUR,
— the tenderer must prove in-depth knowledge of the work and role of public authorities, law enforcement, public health authorities, emergency responders, and other actors of relevance in the full cycle of CBRN-E-related incidents, and of legislation and policies, at the European and international levels, in the area of internal security. The tenderer should give evidence of having delivered at least 3 projects in this field in the last 3 years with a minimum value for each project of 50 000 EUR,
— the tenderer must prove experience of working in EU projects covering at least 7 EU countries which together represent at least 30 % of the EU population by giving evidence of having delivered at least 3 projects in the last 3 years, the combination of which must show the necessary coverage.
b) Criteria relating to the team delivering the service:
Profiles: the team delivering the service should include, as a minimum, the following profiles:
— project manager: at least 6 years' experience in project management, including overseeing project delivery, quality control of delivered service, client orientation and conflict resolution experience in project of a similar size (at least 100 000 EUR) and coverage (geographical scope at least half of the 1 subject to this call for tender), with experience in management of a team of at least 10 people. The project manager will be the main person of contact for the Commission. A project manager back-up with the same profile should be provided as well in the tender,
— experts/analysts: relevant higher education degree and professional experience:
- at least 70 % of experts/analysts should be senior, having at least 10 years of experience in their specific areas (20 CVs should be provided as a minimum),
- at most 30 % can be junior, having at least 5 years of experience in their specific areas (10 CVs should be provided as a minimum),
- at most 10 % can be entry-level analysts with no professional experience,
— Web developer/master — creation of the website; introduction of structural amendments; and introduction of content updates into the content management system, should have at least 3 years of experience in working with the content management platforms used by the European Commission, Drupal and Documentum,
— Web editor — to prepare the content updates, should have at least 3 years of experience in Web editing.
Language quality check: the tenderer must prove capacity to draft reports in English, with at least 60 % of the team having native-level language skills in English or equivalent, as guaranteed by a certificate or past relevant experience.
Security clearance: at least 25 % of experts/analysts shall be in possession of an official accreditation to handle documents classified up to 'Confidentiel UE' (or the national equivalent) granted by an EU Member State and valid for the whole duration of the framework contract.
Lot 2:
a) Criteria relating to tenderers:
Tenderers (in case of a joint tender the combined capacity of all tenderers and identified subcontractors) must comply with the following criteria:
— the tenderer must prove experience in the organisation and technical assistance of at least 5 events similar to those requested in lot 2, such as workshops, conferences, and meetings, with budgets of at least 100 000 EUR each, in the last 3 years,
— the tenderer must prove experience of working in a multicultural and multilingual environment. The tenderer shall give evidence of having organised events in at least 5 different Member States and involving participants from several Member States, in the last 3 years.
b) Criteria relating to the team delivering the service:
Profiles: the team delivering the service should include, as a minimum, the following profiles:
account manager, with at least 6 years of experience in a similar function, who will be the main contact for the Commission. 2 CVs should be provided: 1 main account, 1 back-up,
events managers, with at least 6 years of experience in similar functions (3 CVs should be provided as a minimum),
events assistant manager, with at least 3 years of experience in similar functions (3 CVs should be provided as a minimum),
language check: the tenderer must prove experience of working in at least 2 EU official languages, English, French at level C.1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
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 criteria
The 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
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
HOME/2014/ISFP/PR/CBRN/0025.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.1.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.1.2015
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 up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 5.2.2015

Place:

DG Home Affairs, avenue du Luxembourg 46, 1049 Brussels, BELGIUM.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: Each tenderer may be represented by not more than 1 person (at least 1 working day in advance, an e-mail should be sent to home-c4-procurement@ec.europa.eu).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Terms of references can be downloaded at the following address: http://ec.europa.eu/dgs/home-affairs/financing/tenders/index_en.htm#/c_

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Fax: +352 4303-2100
Internet address: http://curia.europa.eu

VI.5)Date of dispatch of this notice:
20.11.2014