Restricted invitation to tender No SANCO/A6 โ€” CCTV 2008 concerning the installation of a CCTV system with an extended warranty, for the European Commission at its premises in Grange, County Meath, Ireland

European Commission

Contract notice Supplies Section I: Contracting authority I.1) Name, addresses and contact point(s): European Commission, Health and Consumers DG, Directorate A โ€” General Affairs, attn: Mr Serge Christiane, GRAN 00/030, Grange, Dunsany, Trim, County Meath, Ireland. Tel. sanco-irl-cft@ec.europa.eu. Internet address(es): General address of the contracting authority: http://ec.europa.eu/comm/dgs/health_consumer/. Further information can be obtained from: the above-mentioned contact point(s). Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: the above-mentioned contact point(s). Tenders or requests to participate must be sent to: the above-mentioned contact point(s). Type of the contracting authority and main activity or activities: European institution/agency or international organisation. General public services. Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: Restricted invitation to tender No SANCO/A6 โ€” CCTV 2008 concerning the installation of a CCTV system with an extended warranty, for the European Commission at its premises in Grange, Co. Meath, Ireland. Type of contract and location of works, place of delivery or of performance: Supplies. Purchase. European Commission, Grange, Dunsany, Co. Meath, Ireland. A public contract. Short description of the contract or purchase(s): The European Commission's Health and Consumers Directorate-General has offices located at Grange, Dunsany, Co. Meath, some 45 kilometres north-west of Dublin, and approximately 10 kilometres south-east of Trim, Co. Meath, in Ireland. The site is equipped with an analogue CCTV system (12 cameras), with controls and screens sited in the main Security office and in the Gatehouse. The current CCTV system is now 6 years old, and an upgrade is now required in order to ensure the security of staff and property. A new digital colour DVR CCTV system is to be installed, and in addition to the present complement of 12 cameras, 2 additional cameras should also be installed. In addition, the contract will include an extended warranty and the removal and disposal of any or all existing equipment to be replaced in the performance of this contract. Common procurement vocabulary (CPV): 32234000, 29852100. Contract covered by the Government Procurement Agreement (GPA): Yes. Quantity or scope of the contract II.2.1) Total quantity or scope: The scope of the contract covers all aspects of the installation of a new CCTV security system, including, but not limited to, ancillary works such as cabling, possible replacement of existing masts and groundwork if necessary. Duration of the contract or time limit for completion: Duration in months: 1 (from the award of the contract). Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: To be included in the tender documents to be sent to short-listed candidates. Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: To be included in the tender documents to be sent to short-listed candidates. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Tenders can be submitted by groupings of service providers/suppliers who will not be required to adopt a particular legal form prior to the contract being awarded, but may be required to do so after the award if this formulation is necessary for the good execution of the contract. However, a grouping of firms must nominate 1 party to be responsible for the receipt and processing of payments for members of the grouping, for managing the service administration, and for coordination. The documents required and listed in the following paragraphs 'Exclusion criteria and supporting documents' and 'Selection criteria' must be supplied by every member of the grouping. Each member of the grouping assumes a joint and several liability towards the Commission. Other particular conditions to which the performance of the contract is subject: No. Conditions for participation III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Information and formalities necessary for evaluating if requirements are met: (1) Bidders must provide a declaration on their honour, duly signed and dated, that they are not in 1 of the situations referred to in Articles 93 and 94 (a) of the Financial Regulation. Article 93: Applicants or tenderers shall be excluded if: (a) they are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations; (b) they have been convicted of an offence concerning their professional conduct by a judgement which has the force of res judicata; (c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify; (d) they have not fulfilled their obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority or those of the country where the contract is to be performed; (e) they have been the subject of a judgement which has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests; (f) following another procurement procedure or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations. Contracts may not be awarded to candidates or tenderers who, during the procurement procedure: (a) are subject to a conflict of interest; (2) The tenderer to whom the contract is to be awarded shall provide, within a time limit defined by the contracting authority and preceding the signature of the contract, the evidence referred to in Article 134 of the Implementing Rules, confirming the declaration referred to in point 1 above. Article 134 of the Implementation Arrangements โ€” supporting documents. The contracting authority shall accept, as satisfactory evidence that the candidate or tenderer is not in one of the situations described in points (a), (b) or (e) of Article 93 of the Financial Regulations, production of a recent extract from the judicial record or, failing that, a recent equivalent document issued by a judicial or administrative authority in the country of origin or provenance showing that these requirements are met. The contracting authority shall accept, as satisfactory evidence that the candidate or tenderer is not in the situation described in point (d) of Article 93 of the Financial Regulations, a recent certificate issued by the competent authority of the State concerned. Where no such document or certificate is issued in the country concerned, it may be replaced by a sworn or, failing that, a solemn statement made by the interested party before a judicial or administrative authority, a notary or a qualified professional body in his country of origin or provenance. Depending on the national legislation of the country in which the tenderer or applicant is established, the documents referred to in paragraphs 1 and 2 above shall relate to legal entities and/or physical persons, including, where considered necessary by the awarding authority, company directors or any person with powers of representation, decision-making or control in relation to the tenderer. (3) The contracting authority may waive the obligation of a candidate or tenderer to submit the documentary evidence referred to in Article 134 of the Implementing Rules, if such evidence has already been submitted to it for the purposes of another procurement procedure launched by DG SANCO and provided that the issuing date of the documents does not exceed 1 year and that they are still valid. In such a case, the candidate or tenderer shall declare on his honour that the documentary evidence has already been provided in a previous procurement procedure and confirm that no changes in his situation have occurred. Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: Applicants must prove that they are economically and financially viable by furnishing 1 or more of the following documents: (a) copy of the balance sheets and operating accounts for the past 3 financial years, showing the annual pre-tax profit. If, for a valid reason, suppliers are unable to provide them, they must enclose a statement as to annual pre-tax profits for the past 3 years. If the balance sheets or the statement show an average loss over the past 3 years, then candidates must furnish another document as proof of their financial and economic standing, such as appropriate bank references or proof of professional risk insurance cover; (b) statement as to the overall annual turnover realised over the past 3 financial years; (c) statement as to annual turnover during the past 3 financial years specifically for the provision of services covered by this contract. If, for some exceptional reason which the contracting authority considers justified, the tenderer or candidate is unable to provide the references requested by the contracting authority, he may prove his economic and financial capacity by any other means. Information and formalities necessary for evaluating if requirements are met: Applicants must demonstrate their ability to fulfil minimum levels of standards by means of a list of contracts under which relevant services were provided over the past 3 years in the fields covered by the contract together with: a. details of their values; b. the periods during which they were provided; c. the locations to which they were provided; d. details of their public or private recipients; e. which, if any, activities were subcontracted; f. the language(s) in which services covered by each contract was (were) delivered. Together with their request to participate, candidates are requested to enclose a list of contents itemising documents and information contained in their dossier. Minimum level(s) of standards possibly required: 1. The person(s) assigned to perform the tasks covered by the contract must have at least 3 years' experience in the relevant domain. In particular, the person appointed as Project Manager must demonstrate at least 3 years' experience in overseeing such tasks. Applicants must show that they have successfully delivered and installed similar CCTV systems to large sites over the past 3 years. It is a fundamental requirement of this contract that the eventual contractor be capable of speaking and writing English to a standard which would allow them to work without difficulty in a site where English is the working language. Candidates must show evidence of a thorough knowledge of the Irish/EU legislative framework covering the types of service to be performed under the contract. Applicants who do not demonstrate the required capacity and knowledge shall be considered ineligible for further consideration. Procedure IV.1) Type of procedure IV.1.1) Type of procedure: Restricted. Award criteria IV.2.1) Award criteria: Lowest price. An electronic auction will be used: No. Administrative information IV.3.2) Previous publication(s) concerning the same contract: No. Time limit for receipt of tenders or requests to participate: 11.7.2008. Language(s) in which tenders or requests to participate may be drawn up: Bulgarian, Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Irish, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish and Swedish. Complementary information VI.1) This is a recurrent procurement: No. Contract related to a project and/or programme financed by EU funds: No. This is a restricted invitation to tender. No further documents can be obtained at this stage. The tender documents will be sent to shortlisted candidates only i.e. those who fulfil all requirements laid down in Section III.2. Important information relating to requests to participate: Requests to participate must be sent in a letter posted no later than the deadline given in IV.3.4. Faxed or e-mailed requests to participate must be confirmed by a letter posted before the same deadline. Requests to participate must be sent in a double envelope. Both envelopes must be sealed and marked with both the name of the department to which they are addressed (see previously I.1) and the following: SANCO/A6 โ€” CCTV 2008 โ€” Request to participate from (company name) โ€” Not to be opened by the postal service.' Self-seal envelopes must be sealed with sticky tape, with the sender's signature written across the tape. Candidates may elect to send their requests to participate: (a) either by post to the official address in Paragraph I.1; (b) or by delivering them to the same address (between 9:00 and 16:30) in person or via any representative of theirs, courier services included. In this latter case, the full address given in I.1 must be written on both envelopes. Confirmation that the request to participate has been delivered will be in the form of a dated receipt issued by an official representing the department indicated in Annex I. โ€” quote reference SANCO/A6 โ€” CCTV 2008 in their request to participate, โ€” enclose identity details (groupings shall provide separate sheets for each member and state which is the lead company) as follows: name, legal status, nationality, address, telephone and fax numbers, contact name and their e-mail address, VAT number, official registration number (where applicable) and bank details, โ€” enclose the documents and information required in III.2.1) to III.2.3). Together with their request to participate, candidates are requested to enclose a list of contents itemising documents and information contained in their dossier. groupings must furnish separate documents and information for each member. Candidates should note that failure to provide sufficient information for all the points required may lead to their application being rejected. Candidates should also note that all mandatory documents submitted must be recent ones (less than 3 months old at date of publication of this notice). The act of tendering does not give tenderers the right either to be awarded the contract or to receive any compensation for costs incurred. The contracting authority is under no obligation to award a contract subsequent to this notice. It is envisaged that shortlisted candidates will be invited to participate in a visit to the European Commission's site in Grange, Dunsany, County Meath, Ireland, where the tasks covered by this contract is to be delivered. It is the opinion of the European Commission that, no matter the level of detail given in the tender documents, the particular nature of the Grange site may be fully appreciated only on personal inspection. It is, therefore, highly recommended that any candidate intending to submit a tender participate in such a site visit. However, no costs incurred by candidates in this regard can be reimbursed by the European Commission. A maximum of 3 representatives from any tenderer may participate in the envisaged site visit. Procedures for appeal VI.4.1) Body responsible for appeal procedures: Court of First Instance of the European Communities, boulevard Konrad Adenauer, L-2925 Luxembourg. Tel. cfi.registry@curia.europa.eu. http://curia.europa.eu. Body responsible for mediation procedures: The European Ombudsman, 1, avenue du Prรฉsident Robert Schuman, BP 403, F-67001 Strasbourg Cedex. Tel. ombudsman@europarl.europa.eu. http://www.ombudsman.europa.eu. Precise information on deadline(s) for lodging appeals: within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals. Date of dispatch of this notice: 2.6.2008.

Deadline

The time limit for receipt of tenders was 2008-07-11. The procurement was published on 2008-06-14.

Who? What?
Procurement history
Date Document
2008-06-02 Contract notice
2009-02-11 Contract award notice
Contract notice (2008-06-02)
Object
Scope of the procurement
Title: Restricted invitation to tender No SANCO/A6 โ€” CCTV 2008 concerning the installation of a CCTV system with an extended warranty, for the European Commission at its premises in Grange, County Meath, Ireland
Full text:
โ€œContract notice Supplies Section I: Contracting authority I.1) Name, addresses and contact point(s): European Commission, Health and Consumers DG,...โ€    Show more
Place of performance
ie022 ๐Ÿ™๏ธ
Notice metadata
Document type: Contract notice
Nature of contract: Supply contract
Regulation: European Institution/Agency or International Organisation
Original language: English ๐Ÿ—ฃ๏ธ

Procedure
Procedure type: Restricted procedure
Award criteria
Lowest price
Type of bid: Global tender
Awarding authority type: European Institution/Agency or International Organisation

Contracting authority
Identity
Awarding authority name: European Commission
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
Contact
Internet address: sanco-irl-cft@ec.europa.eu ๐Ÿ“ง

Reference
Dates
Publication date: 2008-06-14 ๐Ÿ“…
Date received: 2008-06-02 ๐Ÿ“…
Date dispatched: 2008-06-02 ๐Ÿ“…
Submission deadline: 2008-07-11 ๐Ÿ“…
Identifiers
Notice number (legacy): 152914-2008
OJ-S issue: 115/2008

Object
Common procurement vocabulary (CPV)
Code: Closed-circuit television cameras ๐Ÿ“ฆ
Source: OJS 2008/S 115-152914 (2008-06-02)
Contract award notice (2009-02-11)
Object
Notice metadata
Document type: Contract award

Procedure
Procedure type: Contract awards
Type of bid: Not defined

Reference
Dates
Publication date: 2009-02-21 ๐Ÿ“…
Date received: 2009-02-11 ๐Ÿ“…
Date dispatched: 2009-02-11 ๐Ÿ“…
Identifiers
Notice number (legacy): 51746-2009
OJ-S issue: 36/2009
Refers to notice: 152914-2008
Source: OJS 2009/S 036-051746 (2009-02-11)