There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Services - 636652-2021

Submission deadline has been amended by:  648752-2021
14/12/2021    S242

Belgium-Brussels: UCA 21/059 – Provision of services relating to fire-fighting and occupational risk prevention in the Council of the EU buildings in Brussels

2021/S 242-636652

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: Council of the European Union, General Secretariat of the Council of the European Union
Postal address: Rue de la Loi 175
Town: Bruxelles
NUTS code: BE1 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1048
Country: Belgium
Contact person: Procurement Coordination Unit
E-mail: tendering@consilium.europa.eu
Telephone: +32 2-281-8062
Fax: +32 2-280-0262
Internet address(es):
Main address: https://www.consilium.europa.eu/en/general-secretariat/
Address of the buyer profile: https://www.consilium.europa.eu/en/general-secretariat/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=9391
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=9391
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:

UCA 21/059 – Provision of services relating to fire-fighting and occupational risk prevention in the Council of the EU buildings in Brussels

Reference number: UCA 21/059
II.1.2)Main CPV code
75250000 Fire-brigade and rescue services
II.1.3)Type of contract
Services
II.1.4)Short description:

Services relating to fire-fighting and occupational risk prevention in the Council of the European Union buildings in Brussels.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
75251100 Firefighting services
75251110 Fire-prevention services
II.2.3)Place of performance
NUTS code: BE1 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:

The services covered by this contract include, in particular, the implementation of first and second response teams, evacuation assistants for major events, and operators for the technical management of firefighting installations.

The main services will include internal and external patrols, incident reporting, fire and accident response and other similar services in current and future buildings occupied and/or managed by the Secretariat.

These services will be provided on the basis of a framework comprising operational, administrative and technical measures in liaison with the General Secretariat of the Council of the European Union.

II.2.5)Award criteria
Criteria below
Price
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

The contracting authority shall not publish the estimated value of the contracts. The estimate of the contract volume is set out in the contractual documents.

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 tender specifications.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Please refer to tender specifications.

Minimum level(s) of standards possibly required:

Please refer to tender specifications.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Please refer to tender specifications.

Minimum level(s) of standards possibly required:

Please refer to tender specifications.

III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

The contractor must meet the conditions for access and exercise of the guard services profession in Belgium in accordance with the Belgian law of 2.10.2017 and its subsequent amendments (known as the Jambon Law) regulating private and individual security, which entered into force on 10.11.2017, and more specifically the conditions to be able to carry out the activities set out in points 1, 2, 4 and 5, 7 and 9 of Article 3 of the law. The staff proposed by the contractor for this contract must have an employment contract and be in possession at all times of their identification card issued by the Ministry of Internal Affairs. All agents must be in possession of their departmental card before taking up duties at the Council. In addition, all staff assigned by the contractor for the implementation of this contract and present in the buildings will be required to wear the badge provided by the Council for the current year in a visible manner.

III.2.2)Contract performance conditions:

The working languages are mainly French and/or English.

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
IV.1.5)Information about negotiation
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: 10/01/2022
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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The offices of the General Secretariat of the Council will be closed between Christmas and New Year inclusive. We kindly request you to take this closing period into account when submitting any questions about the 1st step of the procedure (i.e. requests to participate).

In case of unavailability or improper functioning of the electronic means of communication referred to in Section I.3) in the last five calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to postpone this time limit and issue a new time limit at the Internet address provided in Section I.3), without having to issue a preceding corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.

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
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://www.curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within two months of notice being given to the plaintiff or, should no notice be given, within two months of the date on which the matter in question became known. Lodging a complaint with the European Ombudsman neither suspends this deadline nor creates a new deadline for appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Council of the European Union, Secrétariat général
Postal address: Wetstraat/Rue de la Loi 175
Town: Bruxelles
Postal code: 1048
Country: Belgium
E-mail: tendering@consilium.europa.eu
Telephone: +32 2-2818062
Fax: +32 2-2800262
Internet address: http://www.consilium.europa.eu/contacts/procurement
VI.5)Date of dispatch of this notice:
02/12/2021