Compliance requirements
The bidder must confirm that none of the exclusion grounds under Section 95(1) of the Public Procurement Act apply. This covers, in plain language, convictions related to organised crime, corruption, fraud, terrorist offences, money laundering or terrorist financing; unlawful employment of foreign nationals or paying less than the statutory wage; illegal use of child labour or human trafficking; tax, environmental charge or social security contribution debts; and any breach of international sanctions or Government sanctions. The machine-readable notice did not include any more specific exclusion grounds, so the official tender documents should be checked.
Qualification criteria and exclusion grounds
The bidder must be authorised to provide security services within the meaning of Section 4(1) of the Security Act, including guarding and protecting movable or immovable property and operating a control centre. These operating licences must be held by the bidder itself, not by another person.
The net turnover for the last 3 financial years in the field relevant to the contract (security services) must have been at least EUR 300,000 in each year. The data must be submitted on Annex 4.
During the contract period, the bidder must have a valid third-party liability insurance policy covering damage caused to third parties in the performance of the services covered by this tender for at least EUR 400,000, or it must confirm that such insurance will be concluded after being declared successful and before contract signature.
For the Tartu work area, the bidder must employ a maintenance manager with at least Security Technician level 5; the same requirement applies to the Tallinn work area. A professional certificate for the maintenance manager must be submitted.
The bidder must employ at least one certified Security Manager at level 5.
The patrol vehicles must meet the ETEL B level requirements or equivalent, and there must be at least: 4 in Tartu, 2 in Tallinn, 1 in Viljandi, 1 in Pärnu, 1 in Narva, 1 in Saaremaa and 1 in Lääne-Viru County. An ETEL confirmation or other appropriate proof must be submitted.
The number of security guards must be at least: 8 in Tartu, 8 in Tallinn, 4 in Viljandi, 4 in Pärnu, 4 in Narva and 4 in Saaremaa. All must hold a valid security guard qualification, and qualification documents must be submitted.
Alarm transmission equipment may be maintained only by technicians with at least Security Technician level 4 and a specialisation in alarm systems. The required number is at least: 4 in Tartu, 2 in Tallinn, 2 in Pärnu, 2 in Viljandi and 1 in Narva.
The bidder must have a quality management system equivalent to ISO 9001 and must submit either a certificate or a description of the system.
If the application is submitted by an authorised representative or by joint bidders, the relevant power of attorney and joint-bidder confirmation must be provided. The machine-readable notice did not include any more precise qualification or suitability requirements; these must be checked in the tender documents.
The machine-readable notice did not include any more precise compliance requirements; these must be checked in the tender documents.
If the bidder is represented by an authorised person or if there are joint bidders, the relevant power of attorney and joint-bidder confirmation must be submitted. The machine-readable notice did not include any more precise requirements beyond this; they must be checked in the tender documents.