Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Provision of security consumables - EMA/2013/21/IS.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: European Medicines Agency (EMA), 7 Westferry Circus, Canary Wharf, London, E14 4HB, UNITED KINGDOM.
NUTS code UKI12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 200 000 GBP
II.1.5)Short description of the contract or purchase(s)The European Medicines Agency requires the supply of various security consumables and ancillary equipment.
The proposed tender relates to everyday items for security usage, which include but are not limited to permanent security access cards, type HiD iCLass 2100CSGGNN for permanent staff and contractors, and a HiD iCLass contactless read/write, 2 K bits with 2 applications and embedded EAL 5+ dual function chip card for delegates. A rewriteable identity card reference 3368089 for daily visitors will also be required. These are all represented by different-coloured lanyards, with rigid card holders and retractable badge reels.
These items assist in the processing of all staff and visitors who attend the Agency. There are nearly 1 000 permanent staff and contractors, and 500 external delegates who attend the Agency for regular meetings. Figures for daily visitors to the Agency in 2012 were 45 000, with an increase expected in 2013. Visitor types include industry, delegates and general visitors.
The Agency requires that the contractor will operate an open book policy on purchase of security consumables and ancillary equipment during the lifetime of the contract.
II.1.6)Common procurement vocabulary (CPV)30162000, 35123400, 22457000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 200 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Not applicable.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:All members of the grouping must be jointly and severally liable for the execution of the contract.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: All information required is indicated in the pre-qualification questionnaire which can be downloaded at the address of the buyer profile given in point I.1 of this notice.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: All information required is indicated in the pre-qualification questionnaire which can be downloaded at the address of the buyer profile given in point I.1 of this notice.
Minimum level(s) of standards possibly required: The minimum financial turnover is in excess of 150 000 GBP per annum for each of the last 3 financial years.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
All information required is indicated in the pre-qualification questionnaire which can be downloaded at the address of the buyer profile given in point I.1 of this notice.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The criteria for shortlisting candidates are set out in the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:EMA/2013/21/IS.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate29.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
Other: The Agency will accept documentation in any EU language. The Agency prefers however to receive all documentation in English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationPlease note that only 1 pre-qualification questionnaire per applicant and only 1 tender per tenderer may be submitted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise 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 the 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.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:25.9.2013