Belgium-Bruxelles: Purchase, Installation and Maintenance of a Radio Communication System (RCS), and Associated Services at the 3 Sites of the European Parliament in Brussels, Luxembourg and Strasbourg
2018/S 240-547270
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Purchase, Installation and Maintenance of a Radio Communication System (RCS), and Associated Services at the 3 Sites of the European Parliament in Brussels, Luxembourg and Strasbourg
Reference number: EP/DGSAFE/UTSI/FOUR/2018-001
II.1.2)Main CPV code32000000 Radio, television, communication, telecommunication and related equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
Purchase, installation and maintenance of a Radio Communication System (RCS), and associated services at the 3 sites of the European Parliament in Brussels, Luxembourg and Strasbourg.
II.1.5)Estimated total valueValue excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)50610000 Repair and maintenance services of security equipment
32230000 Radio transmission apparatus with reception apparatus
32400000 Networks
32500000 Telecommunications equipment and supplies
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
NUTS code: FR FRANCE
NUTS code: LU LUXEMBOURG
Main site or place of performance:
Brussels, Luxembourg, Strasbourg.
II.2.4)Description of the procurement:
The European Parliament is looking to purchase, install and maintain a Radio Communications System (RCS) at its three working places in Brussels, Luxembourg and Strasbourg. The desired RCS and its accessories must be based on the latest TETRA standard, with off-the-shelf solutions of proven and tested technology providing and supporting the latest evolutions in terms of radio communications technology. The European Parliament intends to use a common Mobile Country Code (MCC) and Mobile Network Code (MNC) for the three sites.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
See document Spécifications part I
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participateDate: 01/02/2019
Local time: 17:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 08/02/2019
Local time: 10:00
Place:
— in Brussels: 50 Wiertz street, WIE building, B-1047 Brussels,
— in Luxembourg (visioconference): 2 Alcide de Gasperi street, KAD building, L-2929 Luxembourg,
— in Strasbourg (visioconference): allée du Printemps street, LOW building, F-67000 Strasbourg.
Information about authorised persons and opening procedure:
Tenderers wishing to attend the opening of the tenders (maximum 2 persons per tenderer) are asked to notify the department responsible for managing this procurement procedure by no later than 19.12.2018 by sending an email to: SAFE.marches-tenders@ep.europa.eu with an ID copy of the participants.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: Le Médiateur européen
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 VI.5)Date of dispatch of this notice:06/12/2018