Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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:
Security services for the European Union office in the Comoros
Reference number: EEAS/MDGA/2019/CPN/0034
II.1.2)Main CPV code79711000 Alarm-monitoring services
II.1.3)Type of contractServices
II.1.4)Short description:
The contractor must provide the necessary human and material resources to ensure the safety of people and property under the responsibility of the contracting authority. The main services to be provided may include, inter alia, the provision of security guards, ‘active’ GPS/GPRS tracking systems, alarm systems and closed-circuit television systems.
II.1.5)Estimated total valueValue excluding VAT: 960 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)79710000 Security services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
The contractor must supply the human and material resources necessary to ensure the security of persons and assets under the Contracting Authority's responsibility.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 935 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: yes
Description of renewals:
Please refer to the tender documents available from the address stated in point I.3).
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The number of candidates is not limited.
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: yes
Identification of the project:
EU administrative appropriations
II.2.14)Additional information
As indicated in the letter of invitation to participate, requests to participate can be sent either to the European Union office at the Union of the Comoros in Moroni, or to the European Union delegation to the Republic of Madagascar in Antananarivo.
II.2)Description
II.2.2)Additional CPV code(s)79711000 Alarm-monitoring services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
Security and safety technical systems.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 25 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: yes
Description of renewals:
Please refer to the tender documents available from the address stated in point I.3).
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The number of candidates is not limited.
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: yes
Identification of the project:
EU administrative appropriations
II.2.14)Additional information
As indicated in the letter of invitation to participate, requests to participate can be sent either to the European Union office at the Union of the Comoros in Moroni, or to the European Union delegation to the Republic of Madagascar in Antananarivo.
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:
Please refer to the tender documents available from the address stated in point I.3).
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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please refer to the tender documents available from the address stated in point I.3).
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
To ensure the appropriate mobilisation and configuration of the security team and the continuity of the Delegation’s activity.
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 17/01/2020
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.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
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 procedurePrecise information on deadline(s) for review procedures:
Please refer to the tender documents available from the address stated in point I.3).
VI.5)Date of dispatch of this notice:11/12/2019