Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


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.