|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Professional training services in the specialised fields of security and safety for the european parliament sites in brussels, luxembourg and strasbourg [covers cbrn threats etc][amendment]
Belgium, Luxembourg and France
Purchaser: Parlement européen, Direction générale Sécurité et Protection (DG SAFE)
08/06/2018 S108 European Parliament - Services - Contract notice - Open procedure I.II.III.IV.VI. Belgium-Brussels: Professional training services in the specialised fields of security and safety for the European Parliament sites in Brussels, Luxembourg and Strasbourg
2018/S 108-245201
Contract notice
Services
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Parlement européen, Direction générale Sécurité et Protection (DG SAFE) Rue Wiertz 60 Bruxelles 1047 Belgium Contact person: Unité Budget E-mail: SAFE.marches-tenders@europarl.europa.eu NUTS code: BE100 Internet address(es):
Main address: http://www.europarl.europa.eu/tenders/invitations.htm
I.2) Information about joint 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=3498 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: Professional training services in the specialised fields of security and safety for the European Parliament sites in Brussels, Luxembourg and Strasbourg
Reference number: EP/DGSAFE/SER/2018-005 II.1.2) Main CPV code 80330000 II.1.3) Type of contract Services II.1.4) Short description: The purpose of this procedure is to conclude 5 framework contracts for training services in the following fields:
— lot A Training in physical security and security techniques,
— lot B Tactical Combat Casualty Care,
— lot C Training in research, collection, processing and effective use of information,
— lot D Risk analysis and management training,
— lot E Specialised training in behavioural-based prevention.
.
II.1.5) Estimated total value 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: Training in physical security and security techniques
Lot No: A II.2.2) Additional CPV code(s) 80330000 II.2.3) Place of performance NUTS code: BE1 NUTS code: FRF1 NUTS code: LU0 Main site or place of performance: Brussels, Strasbourg, Luxembourg.
II.2.4) Description of the procurement: A.1 Conduct to be observed with an improvised explosive device or other dangerous object
A.2 CBRN Threats
A.3 Security of exhibition spaces
A.4 Call taker
A.5 Flow Management
A.6 New safety features
A.7 Critical Incident Management - field level
A.8 Accompanying VIPs
A.9 Crisis in the face of a mass murderer
A.10 Defensive techniques
A.11 Practical exercises
A.12 Conduct to be observed in the event of a terrorist incident or armed violence or explosives (for everyone apart from DG SAFE)
Estimation of requirements for the total duration of the contract: 384 sessions.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality for standard training courses / Weighting: 40 Quality criterion - Name: Quality for "tailor-made" training / Weighting: 10 Quality criterion - Name: Quality monitoring / Weighting: 10 Price - Weighting: 40 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.2.12) Information about electronic catalogues 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 contract is divided into 5 lots. Tenderers may tender for one or more lots. The lots are independent and may be awarded to different tenderers. The European Parliament reserves the right to award only one lot or one part of the total number planned.
II.2) Description II.2.1) Title: Tactical Combat Casualty Care
Lot No: B II.2.2) Additional CPV code(s) 80330000 II.2.3) Place of performance NUTS code: BE1 NUTS code: FRF1 NUTS code: LU0 Main site or place of performance: Brussels, Strasbourg, Luxembourg.
II.2.4) Description of the procurement: B.1 TCCC Tactical Combat Casualty Care
B.2 TCCC Tactical Combat Casualty Care Refresher
Estimation of requirements for the total duration of the contract: 40 sessions.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality for standard training / Weighting: 40 Quality criterion - Name: Quality for "tailor-made" training / Weighting: 10 Quality criterion - Name: Quality monitoring / Weighting: 10 Price - Weighting: 40 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.2.12) Information about electronic catalogues 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 contract is divided into 5 lots. Tenderers may tender for one or more lots. The lots are independent and may be awarded to different tenderers. The European Parliament reserves the right to award only one lot or one part of the total number planned.
II.2) Description II.2.1) Title: Training in research, collection, processing and effective use of information
Lot No: C II.2.2) Additional CPV code(s) 80330000 II.2.3) Place of performance NUTS code: BE1 NUTS code: FRF1 NUTS code: LU0 Main site or place of performance: Brussels, Strasbourg, Luxembourg.
II.2.4) Description of the procurement: C.1 Observation and counter-observation
C.2 Collection and processing of operational information
C.3 Weak signal processing
C.4 Presentation of operational data
C.5 Information classification and analysis
C.6 Open Source Intelligence
C.7 Social Media Intelligence
C.8 Investigation of security incidents
C.9 Management of a “Situation Room”
C.10 Critical Incident Management - control, communication and information level
Estimation of requirements for the total duration of the contract: 54 sessions.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality for standard training / Weighting: 40 Quality criterion - Name: Quality for "tailor-made" training / Weighting: 10 Quality criterion - Name: Quality monitoring / Weighting: 10 Price - Weighting: 40 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.2.12) Information about electronic catalogues 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 contract is divided into 5 lots. Tenderers may tender for one or more lots. The lots are independent and may be awarded to different tenderers. The European Parliament reserves the right to award only one lot or one part of the total number planned.
II.2) Description II.2.1) Title: Risk analysis and management training
Lot No: D II.2.2) Additional CPV code(s) 80330000 II.2.3) Place of performance NUTS code: BE1 NUTS code: FRF1 NUTS code: LU0 Main site or place of performance: Brussels, Strasbourg, Luxembourg.
II.2.4) Description of the procurement: D.1 Legislative and regulatory environment of host countries
D.2 Introduction to Risk Management
D.3 Risk analysis and management in a safe environment
D.4 Introduction of business continuity plans
D.5 Threat assessment
D.6 Development of technical security means
Estimation of requirements for the total duration of the contract: 36 sessions.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality for standard training / Weighting: 40 Quality criterion - Name: Quality for tailor-made training / Weighting: 10 Quality criterion - Name: Quality monitoring / Weighting: 10 Price - Weighting: 40 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.2.12) Information about electronic catalogues 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 contract is divided into 5 lots. Tenderers may tender for one or more lots. The lots are independent and may be awarded to different tenderers. The European Parliament reserves the right to award only one lot or one part of the total number planned.
II.2) Description II.2.1) Title: Specialised training in behavioural-based prevention
Lot No: E II.2.2) Additional CPV code(s) 80330000 II.2.3) Place of performance NUTS code: BE1 NUTS code: FRF1 NUTS code: LU0 Main site or place of performance: Brussels, Strasbourg, Luxembourg.
II.2.4) Description of the procurement: E.1 Detecting radicalisation
E.2 “Insider threat”: detect, verify, counter
E.3 Profiling and cold-reading
Estimation of requirements for the total duration of the contract: 135 sessions.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality for standard training / Weighting: 40 Quality criterion - Name: Quality for "tailor-made" training / Weighting: 10 Quality criterion - Name: Quality monitoring / Weighting: 10 Price - Weighting: 40 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.2.12) Information about electronic catalogues 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 contract is divided into 5 lots. Tenderers may tender for one or more lots. The lots are independent and may be awarded to different tenderers. The European Parliament reserves the right to award only one lot or one part of the total number planned.
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: Authorisation to perform the contract under national law.
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.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Open 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 IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction 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 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 20/08/2018 Local time: 17:00 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) IV.2.7) Conditions for opening of tenders Date: 27/08/2018 Local time: 11:00 Place: Tenders will be opened in Brussels: Rue Wiertz 50 (room WIE -0U030), 1047 Brussels, (by videoconference), in Strasbourg, LOW building - Entrée Firmes Allée du Printemps (room LOW T03.037), 67000 Strasbourg, (by videoconference), in Luxembourg, Plateau du Kirchberg, KAD building, rue Alcide de Gasperi, (room KAD 01G032), L-1615 Luxembourg.
Information about authorised persons and opening procedure: Tenderers wishing to participate in the opening of tenders (max. 2 people per tenderer) are requested to make themselves known to the department responsible for managing this contract, by 23.8.2018 at the latest by e-mail to the following address: SAFE.marches-tenders@europarl.europa.eu
Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: The contract is divided into 5 lots. Tenderers may tender for one or more lots. The lots are independent and may be awarded to different tenderers. The European Parliament reserves the right to award only one lot or one part of the total number planned.
VI.4) Procedures for review VI.4.1) Review body General Court of the Court of Justice of the European Union Luxembourg L-2525 Luxembourg Telephone: +352 4303-1 E-mail: generalcourt.registry@curia.europa.eu Fax: +352 433766 Internet address: http://curia.europa.eu
VI.4.2) Body responsible for mediation procedures The European Ombudsman 1 avenue du président Robert Schuman Strasbourg 67001 France Telephone: +33 388172313 Fax: +33 388179062 Internet address: http://www.ombudsman.europa.eu
VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained General Court of the Court of Justice of the European Union Luxembourg L-2525 Luxembourg Telephone: +352 4303-1 E-mail: generalcourt.registry@curia.europa.eu Fax: +352 433766 Internet address: http://curia.europa.eu
VI.5) Date of dispatch of this notice: 28/05/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|