Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 529208-2018

01/12/2018    S232

Spain-Alicante: Physical security services and supplies

2018/S 232-529208

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 966/2012

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Intellectual Property Office
National registration number: V-03965324
Postal address: Avenida de Europa, 4
Town: Alicante
NUTS code: ES521 Alicante/Alacant
Postal code: 03008
Country: Spain
E-mail: procurement@euipo.europa.eu
Internet address(es):
Main address: https://euipo.europa.eu/ohimportal/es/public-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=4189
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:

Physical security services and supplies

Reference number: AO/015/18
II.1.2)Main CPV code
79710000 Security services
II.1.3)Type of contract
Services
II.1.4)Short description:

The EUIPO is planning to formalise framework contracts in cascade with companies or consortia capable of providing security services of the highest quality and providing the most advanced high-tech security equipment on the international market for all of the EUIPO buildings and staff, regardless of their location, at any geographical position. This includes all aspects of security, from specialised advice to the supply, installation, maintenance and updating of security equipment and systems.

II.1.5)Estimated total value
Value excluding VAT: 9 000 000.00 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: ES521 Alicante/Alacant
Main site or place of performance:

Avenida de Europa 4, Alicante, SPAIN.

II.2.4)Description of the procurement:

The scope of the contract includes the provision of operational services and additional services related to the protection and security of EUIPO staff and facilities.

Operational services are those provided on a regular basis and include:

(1) Security Services: security surveillance services;

(2) Supply and installation of new security equipment, such as:

(a) Access control system or integration of new technologies in buildings AA1, AA2, AA3, AEL178 and other buildings if necessary;

(b) CCTV system including a ring of cameras for perimeter security and for the surveillance of all entries and exits in buildings AA1, AA2, AA3 and AEL178 and other buildings on the perimeter if necessary;

(c) Digital surveillance video recording system for exterior cameras in buildings AA1, AA2 and AA3;

(d) EUIPO keys system in AA1, AA2, AA3 and AEL178;

(e) Security management systems for the security control room in building AA2;

(f) Security cabinets;

(g) Electronic cabinets to manage and control security keys;

(h) Scanning devices;

(i) Licence plate recognition system;

(j) Intrusion detection systems;

(k) Biometric system;

(3) Preventive and corrective maintenance on RL223, AA1, AA2, AA3 and AEL178 and other buildings if necessary;

(a) Preventive maintenance;

(b) Corrective maintenance.

The additional services are those services provided on an ad hoc basis and may consist of any other service related to security not explicitly specified in this document, as long as it is not covered by another EUIPO contract. Those additional services may be, for example, the following:

(1) Consulting related to security;

(2) Special services described in Commission Decision (EU, Euratom) 2015/443 of 13 March 2015 on Security in the Commission;

(3) Data queries in the database.

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
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

In accordance with article 18 of Law 5/2014 of 4 April on Private Security, for providing private security services, the private security companies should obtain administrative authorisation and be officially registered in the corresponding register.

Also, in accordance with article 19.6 of the aforementioned law, non-Spanish private security companies authorised to provide private security services in accordance with the regulations of any of the Member States of the European Union or of the States included in the Agreement on the European Economic Area must compulsorily register themselves in the Private Security National Register of the Ministry of the Interior or, when their domicile is in an autonomous community with jurisdiction over private security matters and their scope of action is limited to that territory, in the corresponding autonomous register.

Therefore, once the contract is awarded and before the framework contract is signed, the successful tenderer should present a recent registration certificate. Otherwise, the cascade procedure will be applied, moving to the next tenderer.

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
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 186-419152
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/01/2019
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 tender
Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3)Additional information:

The tender documents will be available for download at the address stated in point I.3). The website will be updated periodically and it is the responsibility of tenderers to check for updates, amendments or answers to questions during the tender period.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxemburg
Postal code: L-2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the notification to the plaintiff, or, in the absence thereof, of the day on which it came to the knowledge of the plaintiff.

VI.5)Date of dispatch of this notice:
21/11/2018