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:Reference number: OC/EFSA/CORSER/2022/03
II.1.2)Main CPV code79710000 Security services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of these tender specifications is the selection of a contractor capable of providing security and guard services, mainly for the EFSA headquarters in via Carlo Magno 1A in Parma, and, when required, for events to be held externally, but still on Italian territory.
II.1.5)Estimated total valueValue excluding VAT: 2 900 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: ITH52 Parma
II.2.4)Description of the procurement:
Type of contract: framework contract.
Type of framework contract: multiple framework contract in cascade.
Maximum number of possible framework contractors signatories of a framework contract: 3.
Place of performance of the contract: EFSA headquarters.
Duration of framework contract: one year + automatic renewal up to 3 times for an overall maximum duration of four consecutive years.
Information on the financial envelope: the financial ceiling available for specific contracts/purchase orders under the framework contract during a total maximum period of four consecutive years is EUR 2 900 000. A contingency of 10 % and any indexing of the price are already included in this ceiling. In the financial offer template: set the maximum total price of the annual or four-year scenario, excluding 10 % contingency indexing and price indexing.
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: 2 900 000.00 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.1.2)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 systemThe 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.2.2)Time limit for receipt of tenders or requests to participateDate: 01/02/2022
Local time: 14:30
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)
IV.2.7)Conditions for opening of tendersDate: 02/02/2022
Local time: 14:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:15/12/2021