Description of the Contract
1. Description of the Contract
The purpose of the project is to select a service provider capable of delivering appropriate security for various training centers, allowing the personnel of the Multinational Joint Task Force (MNJTF) to undergo training tailored to their operational needs. The security services must meet the constraints of the training sites and the overall volume of training (Annex 6.4).
The main objective is to implement a security service, both during the day and night, at each of the sites where the training takes place, in coordination with the local security forces.
The expected security services include the provision of guards (from 7 AM to 7 PM) for the daytime and the deployment of internal security forces, both fixed and mobile (from 7 PM to 7 AM) for the night shift.
Security: Over periods varying from 1 to 12 weeks, the objective is to provide 24-hour visible and legitimate security to MNJTF personnel, protecting them from any terrorist or malicious acts, on hotel premises ranging from 1 to 4 hectares in size, with various specific points to be monitored.
Service Modalities
- Human resources for access control to the entrances of the establishment.
- Patrol services (nighttime) and static posts (day and night).
- Use of armed local security forces for nighttime surveillance.
- Use of unarmed security personnel for daytime surveillance.
- Recruitment and selection of personnel after a training period of at least 15 days.
- Services to be provided in N’Djamena and surrounding areas (within a 25 km radius of the city center).
- Variable staffing, adapted according to the site, size, and specific points to be monitored 24/7.
- Personnel must be self-sufficient in terms of accommodation and meals (service autonomy regardless of location).
- Continuous service to be provided over periods ranging from 1 to 12 consecutive weeks.
- Possibility to provide services at three different sites simultaneously.
2. Number and Titles of Lots
Single lot
CONDITIONS OF PARTICIPATION
3. Eligibility and Origin Rules
The following legal entities are not eligible to participate in the competition or to be awarded a contract:
a. Entities in bankruptcy, liquidation, judicial settlement, cessation of activity, or in any analogous situation resulting from similar procedures under national laws and regulations;
b. Entities undergoing bankruptcy, liquidation, judicial settlement, or any other similar procedure under national laws and regulations;
c. Entities that have been convicted by a final judgment (i.e., one with no possible appeal) for any offense related to their professional conduct;
d. Entities that have committed a serious professional fault;
e. Entities that have failed to meet their social security contribution obligations in accordance with the legal provisions of the country where they are established;
f. Entities that have failed to meet their tax obligations in accordance with the legal provisions of the country where they are established;
g. Entities that have made false declarations in providing the required information for participation in the contract;
h. Entities acting as front companies created to conceal financial transactions and/or launder money from one or more other companies;
i. Entities that have been declared in serious default in the performance of another contract with DCI due to non-compliance with contractual obligations;
j. It has been established by a final judgment that the company is guilty of one of the following offenses:
- i. Fraud, as defined in Article 3 of Directive (EU) 2017/1371;
ii. Corruption, as defined in Article 4, paragraph 2, of Directive (EU) 2071/1371;
iii. Behavior related to a criminal organization as described in Article 2 of Framework Decision 2008/841/JAI of the Council of the European Union;
iv. Money laundering or terrorist financing, as defined in Article 1, paragraphs 3, 4, and 5, of Directive (EU) 2015/849 of the European Parliament and the Council;
v. Terrorist offense or offense related to terrorist activities, as defined in Articles 1 and 3 of Framework Decision 2002/475/JAI of the Council, or incitement, complicity, or attempt to commit such an offense as described in Article 4 of that Decision;
vi. Child labor or other forms of human trafficking as defined in Article 2 of Directive 2011/36/EU of the European Parliament and the Council.
DCI excludes the company if:
- A person holding a position in the management, administration, or supervision of the company, or someone with powers of representation, decision-making, or control, is in one of the situations described in points c) to i);
- A company that is ultimately responsible for the company’s debts is in one of the situations described in points a) or b);
- A company essential for the execution of the contract is in one of the situations described in points c) to i).
The bidder must sign a declaration confirming they are not in any of the situations listed above. Bidders or subcontractors established in EU-sanctioned countries are also excluded.
4. Number of Offers
Bidders are not allowed to submit multiple offers.
5. Acceptability Criteria
Offers must be complete as per Article 6.3 of the Specifications.
6. Subcontracting Opportunities
Subcontracting is permitted for the use of internal security forces.Subcontracting is permitted for the use of internal security forces..
7. Performance Guarantee
Not applicable.
8. Information Meeting
No information meeting is planned.
9. Offer Validity
Offers must remain valid for ninety (90) days from the deadline for submission.
10. Expected Contract Start Date
Notification on 24 February 2025 for a contract start date of 18 March 2025.
11. PImplementation Period
The services must be completed by 31 December 2025.
SELECTION AND AWARD CRITERIA
12. Selection Criteria
Following the opening of bids, the committee will assess the acceptability of the offers. Acceptable offers will be evaluated based on the following criteria:
Criteria and sub-criteria | Note sur | Pondération |
1 – Price of services as per the Price Schedule | 100 points | 50 % |
2 – Technical Value (based on the commercial offer) | 100 points | 50 % |
2.1 Compliance with expected services | 50 points | |
2.2 Service organization | 50 points |
1: Price Criterion. Points out of 100, weighted at 50%. The total price of each offer.
The score for the price will be determined by comparing it with the lowest-priced offer, using the following formula:
N price = price score of the proposal
P min = price of the lowest offer
P offer = price of the candidate’s offer
2 : Technical Value. Points out of 100, weighted at 50%.
Compliance with expected services.
Service organization.
13. Award Criteria
Subject to meeting the selection criteria and the full compliance of their offer, the contract will be awarded based on the offer that is technically satisfactory with the lowest price.
DCI will open the bids submitted by bidders and score them based on the weighted criteria mentioned in Article 12, in accordance with the acceptability requirements set out in Article 5. Bidders whose offers are deemed unacceptable will be notified and informed of the appeal process.
Each candidate will be assigned an overall score out of 100. Compliant offers will be ranked according to the following formula and in descending order of score:
Final score = P x 50% + VT x 50%
The highest-ranked offer (with the highest final score) will be selected, subject to the following conditions.
DCI will notify unsuccessful candidates of the rejection of their offer and inform them of their right to appeal within 15 working days.
SUBMITTING AN OFFER
14. How to Obtain the Tender File?
Request a confidentiality agreement at the following address: service.achats@groupedci.com.
The tender file will be available on the online WSS tool once the confidentiality agreement is received. The deadline for returning the confidentiality agreement is no later than 30 January 2025 at 12:00 PM. Any questions regarding this tender must be sent in writing to the address: service.achats@groupedci.com, indicating the subject of the tender at least fifteen (15) days before the offer submission deadline stated in point 15.
15. Questions from Bidders
The deadline for questions is 7 February 2025.
DCI will answer the questions on 12 February 2025. DCI may modify this schedule and notify the candidates in writing via the WWS online tool.
16. Offer Submission Deadline
The deadline for submitting offers is 18 February 2025 at 12:00 PM (Paris time). Any offer received after this deadline will not be considered.
17. Bid Opening Session
The bid opening will take place on 21 February 2025 (Paris time).
18. Language of the Procedure
All written communications for this tender must be in French.