Supply of security and guarding services

The intention of the present procurement process is to create a framework agreement regarding guarding and security services to be carried out at client’s head office: Square de Meeûs 30, 1000 Brussels and possibly at other locations in the Brussels-Capital Region as well as the provinces of Brabant wallon and …

CPV: 79000000 Poslovne usluge: pravo, marketing, savjetovanje, zapošljavanje, tiskanje i sigurnost
mjesto izvršenja:
Supply of security and guarding services
registar:
Permanent Representation of Sweden to the EU
nagradni broj:
UM2025/14576/BRYR

1. Buyer

1.1 Buyer

Official name : Permanent Representation of Sweden to the EU
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Supply of security and guarding services
Description : The intention of the present procurement process is to create a framework agreement regarding guarding and security services to be carried out at client’s head office: Square de Meeûs 30, 1000 Brussels and possibly at other locations in the Brussels-Capital Region as well as the provinces of Brabant wallon and Brabant flamand. The services to be delivered may include basic and more advanced guarding services, including receptionist task and patrols.
Procedure identifier : 7b31ad2e-014d-4447-b16d-b37e75b2ab93
Internal identifier : UM2025/14576/BRYR
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The present call for competition outlines the requirements established by the Representation for service providers and their requests to participate. Service providers must demonstrate in their request that they possess the necessary qualifications and capacity to carry out the assignment. All requests to participate submitted by service providers will be assessed against the qualification criteria set out in this call. Service providers must meet all the stated requirements and clearly explain how and to what extent they are fulfilled. Requests that are incomplete or lack required information will be rejected. Only those service providers who fully meet the qualification requirements will be invited to participate in the second phase of the procedure and submit a tender. In brief, the procurement will be carried out according to the following steps: Step 1: call for competition - The Representation publishes a call for competition in order to collect participation requests in the tender procedure. - Request to participate are submited by service providers willing to participate in the tender procedure. - The Representation determines which service providers will be invited to submit a tender on the basis of the requirements set in the call for competition. Step 2: invitation to tender - Qualified candidates receive an invitation to submit a tender, including the full tender specifications, requirements, and award criteria. - Tenders are submitted by the invited service providers. - The Representation reviews and evaluates the tenders according to the criteria set out in the tender documents. - An award decision is communicated to all service providers who participated in the procurement procedure.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

2.1.2 Place of performance

Postal address : Square de Meeûs 30
Town : Brussels
Postcode : 1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Additional information : Services may also be required at other sites located in the Brussels-Capital Region as well as in the provinces of Brabant wallon and Brabant flamand.

2.1.3 Value

Estimated value excluding VAT : 1 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Supply of security and guarding services
Description : The intention of the present procurement process is to create a framework agreement regarding guarding and security services to be carried out at client’s head office: Square de Meeûs 30, 1000 Brussels and possibly at other locations in the Brussels-Capital Region as well as the provinces of Brabant wallon and Brabant flamand. The services to be delivered may include basic and more advanced guarding services, including receptionist task and patrols.
Internal identifier : UM2025/14576/BRYR

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

5.1.2 Place of performance

Postal address : Square de Meeûs 30
Town : Brussels
Postcode : 1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Additional information : Services may also be required at other sites located in the Brussels-Capital Region as well as in the provinces of Brabant wallon and Brabant flamand.

5.1.3 Estimated duration

Start date : 01/07/2026
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Förlängning är 24 månader

5.1.5 Value

Estimated value excluding VAT : 1 000 000 Euro
Maximum value of the framework agreement : 1 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Description : The contract will be awarded to the most economically advantageous tender. For this evaluation, the award criterion of price will be taken into account.
Category of award weight criterion : Fixed value (total)
Award criterion number : 1

5.1.11 Procurement documents

Deadline for requesting additional information : 01/11/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=70946

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 10/12/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Swedish, English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 11/11/2025 22:59 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Requests for participation must contain all the information requested and show that all the requirements are met. The Representation has no obligation to allow a service provider to clarify or supplement a request for participation. The Representation may however authorise or request a service provider to correct a misspelling, miscalculation or other error in a document submitted, or to clarify or supplement such a document, as long as it complies with the principles of equal treatment and transparency. Service providers are therefore requested to follow the instructions in the present call for competition carefully, and to clearly demonstrate in their requests for participation that all requirements are met, and to avoid providing information that is not requested.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Förvaltningsrätten i Stockholm
Organisation providing additional information about the procurement procedure : Permanent Representation of Sweden to the EU
Organisation providing offline access to the procurement documents : Permanent Representation of Sweden to the EU
Organisation providing more information on the review procedures : Permanent Representation of Sweden to the EU
Organisation receiving requests to participate : Permanent Representation of Sweden to the EU

8. Organisations

8.1 ORG-0001

Official name : Permanent Representation of Sweden to the EU
Registration number : 0850221628
Department : Representationen vid EU
Postal address : Square de Meeûs 30
Town : Brussels
Postcode : 1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Contact point : Damien Francenne
Telephone : +32 2 289 56 88
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Förvaltningsrätten i Stockholm
Registration number : 202100-2742
Postal address : Tegeluddsvägen 1
Town : Stockholm
Postcode : 115 76
Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Telephone : +46-8-561 680 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 0581bce8-3610-40c5-91c1-d5d90595d5e7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/10/2025 09:44 +00:00
Notice dispatch date (eSender) : 01/10/2025 09:44 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00643724-2025
OJ S issue number : 189/2025
Publication date : 02/10/2025