Technical Surveillance Counter Measures (TSCM) Services

Europol wishes to enter into a framework contract with one service provider to procure Technical Surveillance Counter-Measures (TSCM) services. Europol will to procure at least following services: (1) Basic TSCM services and (2) TSCM consultancy and coaching. The TSCM services will consist of a wide range of inspections/verifications which must …

CPV: 79710000 Servicii de siguranţă, 79714000 Servicii de supraveghere
Locul de executare:
Technical Surveillance Counter Measures (TSCM) Services
Organismul de alocare:
European Union Agency for Law Enforcement Cooperation
Numărul de atribuire:
EUROPOL/2025/RP/0006

1. Buyer

1.1 Buyer

Official name : European Union Agency for Law Enforcement Cooperation
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Technical Surveillance Counter Measures (TSCM) Services
Description : Europol wishes to enter into a framework contract with one service provider to procure Technical Surveillance Counter-Measures (TSCM) services. Europol will to procure at least following services: (1) Basic TSCM services and (2) TSCM consultancy and coaching. The TSCM services will consist of a wide range of inspections/verifications which must include at least the following categories: Physical inspection, Non-Linear Junction Detector, Optical inspection and Technical inspection. The services to be provided shall be carried out at the Europol Premises, as well as other upcoming satellite building(s) and other locations in The Hague, the Netherlands. Exceptionally, TSCM services may be requested to be performed outside the Netherlands.
Procedure identifier : bf0b00dc-2da5-4866-89c7-37d2720b1c9b
Internal identifier : EUROPOL/2025/RP/0006
Type of procedure : Restricted
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79710000 Security services

2.1.3 Value

Estimated value excluding VAT : 2 600 000 Euro

2.1.4 General information

Additional information : In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2018/1046

2.1.6 Grounds for exclusion

Bankruptcy : For the full list of exclusion grounds please consult the procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Technical Surveillance Counter Measures (TSCM) Services
Description : Europol wishes to enter into a framework contract with one service provider to procure Technical Surveillance Counter-Measures (TSCM) services. Europol will to procure at least following services: (1) Basic TSCM services and (2) TSCM consultancy and coaching. The TSCM services will consist of a wide range of inspections/verifications which must include at least the following categories: Physical inspection, Non-Linear Junction Detector, Optical inspection and Technical inspection. The services to be provided shall be carried out at the Europol Premises, as well as other upcoming satellite building(s) and other locations in The Hague, the Netherlands. Exceptionally, TSCM services may be requested to be performed outside the Netherlands.
Internal identifier : EUROPOL/2025/RP/0006

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 79714000 Surveillance services
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 2 600 000 Euro

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 23/04/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

8. Organisations

8.1 ORG-0001

Official name : European Union Agency for Law Enforcement Cooperation
Registration number : EUROPOL
Department : POL.E - Executive Director,POL.E.G - Governance Directorate,POL.E.G.G5 - Corporate Security,POL.E.G.G5.G5-1 - Security Operations
Postal address : Postbus 90850
Town : The Hague
Postcode : NL-2509
Country subdivision (NUTS) : Agglomeratie ’s-Gravenhage ( NL332 )
Country : Netherlands
Telephone : +31 70 302 50 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : a797bdce-2085-4dad-90e8-f35f3011bee9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/03/2025 08:12 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00178620-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025