News

Belgium-Brussels: Security services for the Delegation of the European Union to Afghanistan

Type of document: Invitation to tender
Country: Belgium
OJEU Ref: (2017/S 086-167187/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU Institutions
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: European External Action Service, Field Security Division
Postal address: rond point Schuman 9A
Town: Brussels
Postal code: 1046
Country: Belgium
Contact Person: Head of Division IBS.2
Email: BA-IBS2-512-AFGHANISTAN@eeas.europa.eu
Nuts code: BE10
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned 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 Delegation of the European Union to Afghanistan.

Reference number: EEAS-512-DIVIBS2-SER-FWC.
II.1.2) Main CPV code: 79713000
II.1.3) Type of contract: Services
II.1.4) Short Description: Provision of integrated security services to ensure the protection of the European Union Delegation to Afghanistan and the DelegationтАЩs staff. The main components will be a security guard force, a close protection team and security equipment.
Security services will cover the protection of the staff, visitors from the EEAS headquarters or other institutions, the premises and the goods of the EU Delegation to Afghanistan. The framework contract will be implemented via specific contracts.
II.1.5) Estimated total value:
Value excluding VAT: 100000000.00 Currency: EUR
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
79715000, 79716000, 79714000, 79714100, 35815100

II.2.3) Place of performance
Nuts code: 00
Main site or place of performance:
Kabul, Afghanistan.

II.2.4) Description of the procurement:
Refer to the procurement documents available at the address indicated in Section I.3.
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: 100000000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewalyes Description of renewals:Refer to the procurement documents available at the address indicated in Section I.3.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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.

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:Refer to the procurement documents available at the address indicated in Section 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.2.1) Information about a particular profession(only for service contracts)
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: Refer to the procurement documents available at the address indicated in Section I.3.

III.2.2) Contract performance conditions: Refer to the procurement documents available at the address indicated in Section I.3.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
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:
The initial duration of the contract is 4 years, but the contract may be extended twice each time for 1 year depending on the evolution of the security situation in the country and of the needs of the contracting authority.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2016/S 160-288994
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-06-06
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, BG, DA, DE, EL, ET, FI, FR, GA, HR, HU, IT, LV, LT, MT, NL, PL, PT, RO, SK, SL, ES, SV, CS
IV.2.6) Minimum time frame during which the tender 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 4тАУ6 years.
IV.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: General Court
Postal address: rue du Fort Niedergr├╝newald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
E-mail: GeneralCourt.Registry@curia.europa.eu
Fax: +352 4303-2100
Internet address:

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Refer to the procurement documents available at the address indicated in Section I.3. The information is available in the invitation to participate/tender.

VI.5) Date of dispatch of this notice:2017-04-21

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy