Tražite informaciju iz privrede – na pravom ste mjestu

Paket Tender obuhvata sve objavljene tendere, javne nabavke, dodjele ugovora, javne pozive, odluke o pokretanju, licitacije, stečajeve/likvidacije, planove nabavki i slične informacije sa područja Bosne i Hercegovine.

Cijena paketa Tender na godišnjem nivou je 400 KM + PDV.

Datum objave: 30.06.2017. 09:12

Nabavka usluga obezbjeđenja - iznajmljivanje alarma, instalacije i nadzor

Izvor: Official Journal of the European Union, 29.06.2017.

Bosnia and Herzegovina-Sarajevo: Security services for the EU Delegation to Bosnia and Herzegovina

2017/S 122-246619

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
European Union, Delegation of the European Union to Bosnia and Herzegovina
Skenderia 3A
Sarajevo
71000
Bosnia and Herzegovina
Contact person: Head of Delegation
E-mail: RCE-Tenders@eeas.europa.eu
NUTS code: 00

Internet address(es):

Main address: http://europa.ba/

I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://europa.ba/?page_id=1096
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:

 

Security services for the EU Delegation to Bosnia and Herzegovina.

 

Reference number: EEAS-566-DELBIHS-SER-FWC.
II.1.2)Main CPV code
79710000
II.1.3)Type of contract
Services
II.1.4)Short description:

 

The contracting authority plans to conclude a framework service contract with a single contractor for the provision of security services, alarm rental, installation and monitoring services.

 

II.1.5)Estimated total value
Value excluding VAT: 3 700 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
79711000
79713000
II.2.3)Place of performance
NUTS code: 00
Main site or place of performance:

 

Sarajevo.

 

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: 3 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: yes
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: 20
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.2.12)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: yes
Identification of the project: EU administrative appropriations.
II.2.14)Additional information

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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
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: A duration of 6 years is tailored to the contracting authority's needs as it offers stability in terms of security services.
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: 12/09/2017
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

 

Every 4/6 years.

 

VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
General Court
rue du Fort Niedergrünewald
Luxembourg
2925
Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Fax: +352 4303-2100

Internet address:http://curia.europa.eu

VI.4.2)Body responsible for mediation procedures
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.

 

VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
19/06/2017

PRIKAŽI VIŠE TEKSTA

PODIJELI: