Forniture - 473323-2020

08/10/2020    S196

Belgium-Bruxelles: Supply and Installation of Key Management Cabinets at the European Parliament's Sites

2020/S 196-473323

Contract notice

Supplies

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, Directorate-General for Security and Safety
Postal address: Rue Wiertz 60
Town: Bruxelles
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: Budget unit
E-mail: SAFE.marches-tenders@europarl.europa.eu
Internet address(es):
Main address: http://www.europarl.europa.eu/tenders/invitations.htm
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=7116
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:

Supply and Installation of Key Management Cabinets at the European Parliament's Sites

II.1.2)Main CPV code
35121000 Security equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The supply, installation and commissioning of key management cabinets, lockers and associated software and licensing at the European Parliament’s three sites in Brussels, Strasbourg and Luxembourg.

II.1.5)Estimated total value
Value excluding VAT: 500 000.00 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: BE BELGIQUE-BELGIË
NUTS code: FR FRANCE
NUTS code: LU LUXEMBOURG
II.2.4)Description of the procurement:

This contract comprises the supply, installation and commissioning of key management cabinets, lockers and all services necessary to their provision at the European Parliament’s three sites in Brussels, Strasbourg and Luxembourg.

The total approximate value of the contract over the four years is EUR 500 000.This figure is provided for illustrative purposes and has no contractual force.

The equipment and services covered by this contract are listed in the price schedule; they are described in detail in the technical specifications.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 500 000.00 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.1.2)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
Open 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: 17/11/2020
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.2.7)Conditions for opening of tenders
Date: 24/11/2020
Local time: 12:00
Place:

Tenderers wishing to attend the opening of the tenders, in Brussels (maximum one person per tenderer) are asked to notify the department responsible for managing this procurement procedure no later than 19 November 2020 by sending an email to: SAFE.marches-tenders@ep.europa.eu

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Town: Luxembourg
Postal code: 2525
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official 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
Official name: Court of Justice of the European Union
Town: Luxembourg
Postal code: 2525
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
01/10/2020