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 - 599054-2019

18/12/2019    S244

Madagascar-Antananarivo: Security services for the European Union office in the Comoros

2019/S 244-599054

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union, délégation auprès de la république de Madagascar et de l'Union des Comores
Postal address: Tour Zital 9e étage – Ankorondrano
Town: Antananarivo 101
NUTS code: 00 Not specified
Country: Madagascar
Contact person: Chef d'Administration
E-mail: delegation-madagascar@eeas.europa.eu
Internet address(es):
Main address: http://eeas.europa.eu/delegations
Address of the buyer profile: https://eeas.europa.eu/delegations/madagascar/area/jobs-funds_fr
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=5258
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:

Security services for the European Union office in the Comoros

Reference number: EEAS/MDGA/2019/CPN/0034
II.1.2)Main CPV code
79711000 Alarm-monitoring services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 960 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Guard services

Lot No: 1
II.2.2)Additional CPV code(s)
79710000 Security services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

Moroni, Comoros.

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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 935 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 invited
Envisaged 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 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: 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.2.1)Title:

Security Systems

Lot No: 2
II.2.2)Additional CPV code(s)
79711000 Alarm-monitoring services
II.2.3)Place of performance
NUTS code: 00 Not specified
Main site or place of performance:

Moroni, Comoros.

II.2.4)Description of the procurement:

Security and safety technical systems.

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
Value excluding VAT: 25 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 invited
Envisaged 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 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: 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 registers
List 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 standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 procedure
Competitive procedure with negotiation
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
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 negotiation
The 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 participate
Date: 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 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: yes
Estimated timing for further notices to be published:

Every 4 to 6 years

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official 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 procedure
Precise 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