Security services for the Delegation of the European Union to Namibia

Overview

Tender for provision of security services to the EU Delegation in Namibia (EEAS/DELNAMW/2026/CPN/0034) under a framework agreement; scope includes security personnel and electronic security systems with performance monitored by KPIs. The procedure is a two-stage competitive procedure with negotiation and electronic submission exclusively via the EU Funding & Tenders Portal, deadline for requests to participate 26 May 2026 at 11:00 Africa/Windhoek time. Estimated total value is NAD 102,500,000 with a maximum duration of 72 months (initial 48 months plus up to two 12-month renewals). Key selection requirements include a valid Namibian Police Certificate of Declaration for security officers, average annual turnover of at least NAD 17,100,000 for the last three closed years, evidence of at least two relevant contracts totalling NAD 5,700,000 over the last three years and current employment of at least 60 security-related staff.

Partner Search

Find collaboration partners for this call

Your Profile
đŸ‘€
Your country

What You Offer

Describe your expertise here...

You Are Looking For

Describe what you seek here...

Sign In

Highlights

What it funds

Scope

Provision of security services and associated equipment for the EU Delegation in Namibia (security guards, tracking systems, alarms, CCTV and related services) under a framework service contract.

Estimated contract value and duration:Approx. 102,500,000 NAD total (framework ceiling). Maximum contract duration 72 months (framework: 48 months with possible renewals) 1.

  1. 1Who can apply: natural or legal persons and consortia authorised to provide security services in Namibia; international organisations may participate where allowed.
  2. 2Procedure: two-stage competitive procedure with negotiation (selection stage then invitation to tender).
  3. 3Submission: electronic via the EU Funding & Tenders Portal (eSubmission); EU Login registration and PIC required.

Key dates and practical points

TED publication date:23/04/2026. Deadline to request participation: 26/05/2026 11:00 (Windhoek local time). Electronic submission only; technical specifications and draft framework contract are published via the F&T Portal for selected candidates 1.

Award and evaluation:Award on best price-quality ratio; technical assessment (quality threshold) and financial scoring applied. Framework agreement without reopening of competition.

Documents to prepare

Request to participate form, Declaration on honour, evidence of legal/regulatory authorisations (Namibian security officer certificate), financial statements (last 3 years), client reference letters, manpower details and any subcontractor commitments.

ItemDetail
Lead contracting authorityEuropean External Action Service (EEAS)

Footnotes

  1. 1Procurement documents and submission link are on the EU Funding & Tenders Portal: Tender page.

Find a Consultant to Support You

Breakdown

Basic identification and procurement summary

Procurement identifiers and classification

Title:Security services for the Delegation of the European Union to Namibia. Procedure identifier: EEAS/DELNAMW/2026/CPN/0034. TED/Official notice reference: 277301-2026 (TED reference 79/2026 277301-2026). Main CPV (main classification): 79710000 - Security services. Lead contracting authority: European External Action Service (EEAS), Delegation of the European Union to Namibia (Windhoek).

Procurement type and approach:Two-stage competitive procedure with negotiation (first stage: selection requests to participate; second stage: invitation to tender for selected candidates). The contract to be concluded is a framework service contract (FWC), framework agreement without reopening of competition. Electronic submission only via eSubmission / Funding & Tenders Portal F&T Portal 1.

Estimated total value and currency:Estimated total value published: 102,500,000 NAD (Namibian Dollars). This is the estimated value for the lot and is the reference ceiling used in the procurement documents and TED notice.

Key dates, contract duration and milestones

Publication date (TED / F&T Portal):23 April 2026. Deadline for receipt of requests to participate (STEP 1): 26 May 2026, 11:00 Africa/Windhoek (UTC+02). Milestone: selected candidates will be invited to step 2 (tender stage) and only invited candidates may submit technical and financial tenders. Maximum contract duration: 72 months is indicated in the portal summary; draft FWC and specifications indicate an initial FWC period of 48 months with up to two renewals of 1 year each (special conditions).

ItemDetail
TED publication date23/04/2026
Deadline for requests to participate26/05/2026 11:00 Africa/Windhoek
Procedure typeCompetitive procedure with negotiation (two-stage)
Estimated value102,500,000 NAD
Contract typeFramework service contract (FWC); framework agreement without reopening of competition
Place of performanceNamibia
Main CPV79710000 - Security services

Eligibility, selection and submission requirements

Summary of access, exclusion and selection requirements (first stage):candidates submit 'Request to participate form' via eSubmission. Evidence to be uploaded includes Declaration on Honour (exclusion and selection), evidence of access to public procurement (registration / company extract), legal/regulatory certificate for security officers (Namibian Police Certificate of Declaration for security officer under Arms & Ammunition Act, Act 7 of 1996), profit and loss accounts for last three closed financial years, client reference letters for relevant security service contracts, and manpower declaration. All documents must be in an EU official language. PIC registration in the Participant Register is mandatory for tender submission guidance and eSubmission use.

  1. 1Eligible location of candidate: organisations domiciled/registered in EU Member States, in third countries with procurement agreements with the EU, or exceptionally in Namibia; international organisations also eligible (see tender specifications point 5.1).
  2. 2Mandatory documentary evidence at first stage: Request to participate form, Declaration on Honour (exclusion and selection criteria) signed by legal representatives, P&L accounts for last three closed financial years, client reference letters for the last three years for relevant security contracts, Certificate of Declaration for security officer issued by Namibian Police, manpower statement demonstrating at least 60 staff related to security services, turnover evidence (average annual turnover over last three years >= NAD 17,100,000).
  3. 3Subcontracting and reliance: subcontractors must be identified and comply with exclusion criteria; entities on whose capacity the candidate relies must provide commitment letters. Cross-subcontracting between competing bidders for the same lot is prohibited.
  4. 4Language and format: documents to be submitted in an EU official language. eSubmission technical rules apply (max file sizes, accepted file types, number of attachments up to system limits).

Detailed categorisation answers

Eligible Applicant Types

Eligible applicant types and forms of participation based on procurement documents:legal persons and natural persons (economic operators), single operators or groups of economic operators (joint tenders). Participation is also open to international organisations and to economic operators established in EU Member States, third countries having a procurement agreement with the EU, and exceptionally Namibia. Therefore the following applicant types are eligible: SMEs and large enterprises (security companies), private security firms, joint ventures / consortia, subcontractors, newly formed groups provided they nominate a leader, and international organisations. Public bodies may also be eligible if they meet access conditions. Individuals acting as economic operators may participate where allowed by national law.

Funding Type

This is a procurement service contract (tender) to buy security services. Primary financial mechanism: procurement / service contract (framework contract). Not a grant, loan or equity instrument.

Consortium Requirement

Form of submission allowed:single economic operator or a group of economic operators (joint tender). A consortium is permitted but not mandatory; if a group submits a joint tender they must appoint a leader with a power of attorney. Therefore requirement: other = single or consortium (both allowed).

Beneficiary Scope (Geographic Eligibility)

Geographic eligibility:primarily Namibia (place of performance). Access to procurement is open to operators registered in EU Member States, third countries with procurement agreements with the EU, and exceptionally companies based in Namibia; international organisations also eligible. In practice eligible applicants include EU, EEA and specifically Namibia-based operators as detailed in tender specifications.

Target Sector

Sector targeted:Security services for diplomatic mission protection — including provision of security guards, armed security where applicable, alarm systems, CCTV systems, GPS/GPRS tracking, management and monitoring, and associated security equipment and support services.

Mentioned Countries

Explicitly mentioned:Namibia (place of performance, local regulatory certificate required). The contracting authority is EU Delegation (European Union / EEAS).

Project Stage (expected maturity)

Stage:operational / implementation. This is a procurement for operational delivery of security services (service delivery, deployment, systems installation, ongoing management and contract execution).

Funding Amount (range)

Published estimated contract value:102,500,000 NAD (Namibian Dollars). The FWC draft and tender specifications explain how the final FWC ceiling will be calculated, and there are provisions for negotiated increases up to specified percentages in exceptional circumstances. The tender uses price scenarios and unit price schedules to compare financial offers.

Application Type

Submission method:open call (published TED / F&T Portal) with a two-stage competitive procedure. First stage is an open request to participate via eSubmission. Second stage is invitation-only: only selected candidates receive tender specifications and are invited to submit technical and financial tenders. Submission channel: electronic via eSubmission (EU Login required).

Nature of Support

Beneficiaries will receive a commercial contract for services and monetary payments under the framework contract for services. Nature of support: money (procurement payments for services). Non-financial: service contracts include technical specifications and monitoring/KPI obligations, training and equipment responsibilities but the contracting authority is procuring services rather than granting funds.

Application Stages

Number of stages in the procurement:2 stages. Stage 1: submission and evaluation of Requests to Participate against exclusion and selection criteria. Stage 2: invited candidates submit technical and financial tenders; evaluation, negotiation and award. Within stage 2 there may be negotiated exchanges and iterations but the formal award follows evaluation.

Success Rates

Success rates are not published in the tender documentation. The F&T Portal states minimum/maximum number of candidates to be invited to stage 2 (minimum 1, maximum 20). The practical success rate depends on number of applicants; historically for large diplomatic security FWCs competition may be limited regionally. No explicit success probability provided in documentation.

Co-funding Requirement

No co-funding requirement is stated. This is a procurement for services; bidders must propose all-inclusive prices in NAD covering the costs of performance. Reimbursable expenses are defined in FWC special conditions if applicable, with a capped reimbursable expenses total. No external co-funding required from candidates.

Application templates, forms and structure

The procurement documentation includes mandatory forms and templates to be used at stage 1 and stage 2. Candidates must upload the Request to Participate form (document 3 in published documents), Declaration on Honour on exclusion and selection criteria (DoH form), and other annex templates (power of attorney for groups, commitment letters for subcontractors and third-party capacity declarations). These templates are provided as downloadable annexes on the F&T Portal; candidates must complete them exactly as requested and submit via eSubmission.

  1. 1Request to Participate form: structured table requiring legal entity identification, PIC, registration number, contact person, subcontractors and entities on whose capacity the candidate relies, legal/regulatory capacity details, financial tables for turnover and profit & loss extracts, previous contract list (client references), manpower table, and a checklist of required attachments.
  2. 2Declaration on Honour (DoH): standard EU procurement declaration covering exclusion grounds, selection criteria compliance, conflicts of interest, and signature requirements (electronic qualified signature recommended; handwritten accepted). The DoH must be supplied by each group member and identified subcontractors/entities on whose capacity the candidate relies.
  3. 3Power of Attorney template (Annex 1) for joint tenders: must be signed by each member of the joint submission authorising the leader to act and bind the group.
  4. 4Commitment letter templates (Annex 2 and Annex 3): commitment by identified subcontractors and by entities whose capacities are relied upon, including evidence annexes (ID, registry extracts, power of attorney).
  5. 5FWC draft and model specific contract / order form: provided in Annexes and must be reviewed carefully; bidders sign tender confirming acceptance of contract terms if awarded.

Technical, financial and performance evaluation overview

Selection stage focuses on exclusion, legal/regulatory, economic/financial and technical/professional capacities. Minimum selection thresholds include: valid Namibian Police security officer certificate for personnel to perform services; average annual turnover >= NAD 17,100,000 (last three closed years); at least two relevant service contracts in last three years cumulatively worth >= NAD 5,700,000 and at least one contract with minimum one year duration; current manpower of at least 60 staff related to security services. Stage 2 evaluates technical quality (contract management, quality assurance, working conditions and benefits for security personnel, armed security management) and price using unit price schedules and two price scenarios. Award uses best price-quality ratio with weighting 60% quality and 40% price and explicit scoring formulas in the tender specifications.

Evaluation elementKey detail / threshold
Selection: turnoverAverage annual turnover last 3 closed years >= NAD 17,100,000
Selection: previous contractsAt least two relevant security service contracts in last 3 years; cumulative value >= NAD 5,700,000; at least one of 1 year duration
Selection: manpowerAt least 60 staff in fields related to security services
Stage 2 technical scoringTotal 260 points across four criteria; minimum thresholds 50% per indicated criteria and overall minimum 60% to pass
Award formulaPi = Ti * 0.60 + Fi * 0.40 where Ti is normalized technical score and Fi a composite price ratio

Practical bidder obligations and compliance highlights

Mandatory use of EU Login and eSubmission; EU Login PIC must be used and 2-factor authentication will become mandatory during 2026 according to F&T Portal guidance. All attachments must follow system technical requirements (file formats, size limits, max files). Data protection obligations (Regulation EU 2018/1725) and local legal/regulatory compliance (Namibian police certificates, local permits) will be enforced. Tenderers must not submit technical/financial tenders at first stage. The contracting authority may negotiate but cannot alter minimum requirements. Framework contract contains detailed clauses on performance monitoring, KPIs, reductions/penalties, confidentiality, IP, data processing, and termination grounds.

  • Do not submit technical or financial tender documents during stage 1; only the Request to Participate and required annexes.
  • Ensure Namibian Police Certificate of Declaration for security officer is valid at submission date for personnel performing services and that tenderer cannot rely on subcontractors to satisfy this specific legal/regulatory certificate requirement.
  • Prepare client reference letters for each listed contract specifying contract value, duration, subject and professional compliance.
  • Prepare last three years' profit & loss accounts and populate financial tables in the Request to Participate form; exchange rate conversions instructions are provided in the tender specifications.
  • Register and test EU Login and eSubmission well in advance; 2-factor authentication setup and knowledge of system requirements recommended.

How would you explain this opportunity?

This procurement seeks to appoint one contractor (or awarded group/consortium) under a framework service contract to provide comprehensive security services to the EU Delegation in Namibia. The FWC covers supply of trained security personnel, potentially armed services where required by the technical specifications, electronic security systems (CCTV, alarm systems, GPS/GPRS tracking), management, maintenance and associated operational support. The procurement is a two-stage competitive procedure with negotiation: eligible economic operators submit a Request to Participate at stage 1 to demonstrate legal, economic, financial and technical capacity; successful candidates will be invited to stage 2 to submit technical and financial offers. The award is based on best price-quality ratio with detailed minimum thresholds and KPIs written into the contract. The tender documents include standard EU templates (Request to Participate, Declaration on Honour, power of attorney, commitment letters) and a draft framework contract with model specific contracts and order forms. Bidders must comply with local Namibian regulatory requirements (notably a Namibian Police security officer certificate for personnel) and EU procurement rules and data protection requirements. Submissions must be electronic via the F&T Portal / eSubmission and candidates must ensure they are registered (PIC) and set up EU Login two-factor authentication as required. The tender ceiling is published in Namibian Dollars (102,500,000 NAD) and pricing and scenario tables provided in the technical specifications will determine the financial evaluation.

Footnotes

  1. 1Full procurement dossier, Invitation to participate, Request to participate form, Draft FWC, Tender specifications Part I and DoH forms are available on the EU Funding & Tenders Portal at the tender detail page: ec.europa.eu

Short Summary

Impact

Provide reliable, continuous security services and systems to protect persons and assets of the EU Delegation in Namibia and ensure compliance with EU data‑protection and operational standards.

Applicant

Organisations able to deliver professional security services in Namibia including trained/security‑certified personnel, CCTV/alarm/GPS systems, operational management capacity, and required financial stability and local licences.

Developments

Operational delivery and ongoing management of security guarding (including armed where specified), electronic security systems (CCTV, alarm, GPS/GPRS tracking) and related support services at EU Delegation sites in Namibia.

Applicant Type

For‑profit security service providers (SMEs and larger private security companies) with capacity to operate in Namibia and meet EU procurement and regulatory requirements.

Consortium

Submissions may be from a single economic operator or a joint group of operators (joint tender permitted); a lead entity must be nominated to act on behalf of the group.

Funding Amount

Estimated framework ceiling NAD 102,500,000 (approx. €5.2 million, indicative conversion); contract is a multi‑year framework (up to 72 months) rather than a one‑off grant.

Countries

Place of performance:Namibia (local regulatory certificate for security officers required); applicants domiciled in EU Member States, specified third countries with procurement agreements with the EU, or exceptionally in Namibia are eligible.

Industry

Security services sector (non‑consulting service procurement for diplomatic mission protection)

Additional Web Data

Funding Opportunity Overview

This is a competitive procurement procedure with negotiation for the provision of security services to the EU Delegation in Namibia. The contracting authority is the European External Action Service (EEAS), represented by the Head of the EU Delegation to Namibia. The procedure is structured in two stages: first, candidates submit requests to participate for evaluation against exclusion and selection criteria; second, selected candidates are invited to submit technical and financial tenders which are then evaluated and negotiated.

Procedure Reference:EEAS/DELNAMW/2026/CPN/0034

TED Publication Date:23 April 2026

TED Reference:79/2026 277301-2026

Key Deadlines

MilestoneDate and Time
Deadline for Receipt of Requests to Participate26 May 2026 at 11:00 Africa/Windhoek (local time)
Contract Notice Publication Date23 April 2026

Scope of Services

The contractor shall provide human and material resources necessary to ensure the security of persons and assets under the contracting authority's responsibility. Main services to be provided may include security guards, active GPS/GPRS tracking systems, alarm systems, and CCTV systems. The place of performance is Namibia.

Contract Value and Duration

Estimated Total Value:NAD 102,500,000 (Namibian Dollar)

Maximum Contract Duration:72 months (6 years) from entry into force, comprising an initial period of 4 years with possibility of renewal up to two times for 1 year each, only with express written agreement of both parties

Reimbursable Expenses:Maximum NAD 937,815.00 throughout the duration of the FWC including renewals. Daily subsistence allowance: NAD 750.00. Accommodation flat-rate ceiling: NAD 1,594.00

Eligibility and Access to Procurement

Participation is open on equal terms to all natural and legal persons whose domicile or headquarters registration is in one of the European Union Member States, in a third country with a special agreement with the EU in the field of public procurement, or exceptionally in Namibia. Participation is also open to international organisations. All applicants must provide evidence of legal entity headquarters or domicile in one of these locations, normally acceptable under their own law such as an extract from a trade register or companies register containing the official registration number.

Selection Criteria and Requirements

Legal and Regulatory Capacity

Candidates must be authorised to provide security services at the place of performance. The relevant certificate must be valid on the date of the deadline for submission of requests to participate and will be verified again before contract signature. Required evidence: Certificate of Declaration for security officer issued by the Namibian Police in terms of Arms and Ammunition Act, Act 7 of 1996. This criterion cannot be fulfilled through reliance on other entities' capacity; it must be executed directly by the tenderer or by a participant in the group in case of joint tender.

Economic and Financial Capacity

The average annual turnover for the last three financial years for which accounts have been closed must be at least NAD 17,100,000.00. For joint tenders, this criterion is applied to the group as a whole. Evidence required: duly completed table in the Request to Participate form and Profit and Loss accounts (Income statement) for the last three financial years for which accounts have been closed. Exchange rates for conversion to NAD will be the rate of December of the year of the financial statement as published on the European Commission website.

Technical and Professional Capacity

Candidates must demonstrate technical and professional capacity through two criteria. First, at least two service contracts relevant to security services managed by the economic operator during the last three years preceding the submission deadline, with at least one contract having a duration of at least one year, and cumulative value during the last three years of at least NAD 5,700,000.00. Second, the candidate must currently employ at least 60 staff in fields related to security services. For joint tenders, the technical and professional criteria are applied to the member of the group providing evidence under legal and regulatory capacity. Evidence required: duly completed table in the Request to Participate form and for each contract listed, a client's reference letter relevant to security services contracts performed during the last three years, specifying whether services were carried out in a professional manner in compliance with contractual terms. Contracts without reference letters will not be accepted.

Submission Requirements

Requests to participate must be submitted exclusively via the electronic submission system (eSubmission) available on the EU Funding and Tenders Portal. Requests submitted in any other way such as email or by letter will be disregarded. All costs incurred for preparation and submission of requests to participate are borne by candidates and will not be reimbursed. Candidates must have an EU Login account to submit electronically. From 30 June 2026, two-factor authentication will be required to access EU Login accounts.

Required Documents for Request to Participate:

  • Duly completed and signed Request to Participate form
  • Evidence of legal entity headquarters or domicile in eligible location
  • Declaration on Honour on exclusion and selection criteria, signed and dated by legally authorised representative
  • Certificate of Declaration for security officer issued by Namibian Police
  • Profit and Loss accounts for last three financial years
  • Client reference letters for each contract listed
  • Completed table of previous contracts with details of client, subject, duration, and value
  • Completed table of manpower employed in security services
  • Signed statement from any entity on whose capacity the candidate relies, confirming resources to be made available
  • Commitment letters from identified subcontractors
  • Power of attorney from group members to group leader (if joint tender)

Procedure Type and Award Method

Procedure Type:Competitive procedure with negotiation

Award Method:Best price-quality ratio

Contract Type:Framework agreement without reopening of competition

The contracting authority may negotiate with tenderers to adapt tenders to procurement documents and find the most economically advantageous tender. Minimum requirements and award criteria cannot be subject to negotiation. The contracting authority reserves the right not to negotiate and award the contract on the basis of tenders initially received. During negotiations, equal treatment of all tenderers must be ensured.

Evaluation Criteria for Technical Tenders

Technical quality of tenders will be evaluated on the basis of four award criteria, each with maximum points and minimum thresholds. Tenders not scoring the minimum quality threshold of 50 percent of points for each criterion and 60 percent of total points will be eliminated. Only financially compliant tenders from tenderers achieving overall technical score of 60 percent or more will be considered for award.

Technical Award CriterionMaximum PointsMinimum Threshold
Contract management and execution80 points50%
Quality management and assurance60 points50%
Working conditions, economic and social benefits for security personnel70 points50%
Armed security services management50 points50%
TOTAL260 points60% overall

Sub-criteria for technical evaluation will be disclosed only to selected candidates at the end of the first stage to protect confidential nature of technical specifications.

Financial Evaluation and Overall Score Calculation

Prices must be tendered in Namibian Dollar (NAD), free of all duties, taxes and other charges including VAT as the European Union is exempt under the Headquarters agreement, Vienna Convention and Namibian Value-Added Tax Act. Prices must be all-inclusive covering all costs to fully implement the contract. Prices cannot be revised during validity of tender but may be revised during contract implementation in conformity with framework contract provisions. The overall score is calculated using best price-quality ratio with 60 percent weighting for quality and 40 percent for price. The tender chosen will be that offering the best overall score among technically compliant tenders.

Overall Score Formula:Pi = Ti x 0.60 + Fi x 0.40, where Ti is technical quality score normalized to best tender and Fi is financial score based on two price scenarios with 80 percent weighting for scenario 1 and 20 percent for scenario 2

Joint Tenders and Subcontracting

Tenders can be submitted by a single economic operator or jointly by two or more economic operators. Each member of a joint tender group assumes joint and several liability with all its resources towards the contracting authority. The group must nominate one legal entity as leader granted full authority to bind the group and responsible for administrative management including invoicing and payments. The Request to Participate form must be signed by legal representative of each group member and identify the leader. Any change in group composition during procurement or after contract signature may lead to rejection or termination. The group is not required to adopt specific legal form. The contract shall be signed by all legal entities or through power of attorney by the leader duly authorised to bind the group and each member.

Subcontracting is allowed but the contractor retains full liability towards the contracting authority. Candidates must indicate tasks intended to be subcontracted and identify all subcontractors. Subcontractors must comply with same exclusion criteria as candidates. If subcontractors' capacity is necessary to fulfil selection criteria, they must submit relevant documentary evidence. Any change in subcontracting during procurement or after contract signature may lead to rejection or termination. During contract execution, changes to identified subcontractors require prior written approval of contracting authority.

Payment Terms and Conditions

Payment Arrangements:Pre-financing and interim payment are not applicable. The contractor must send monthly invoices in NAD accompanied by monthly reports and statements of reimbursable expenses. The contracting authority must approve submitted documents and pay within 30 days from receipt of invoice. If observations are made, the contracting authority suspends the payment time limit. The contractor has 3 days to submit additional information or corrections. The contracting authority must give approval and pay within remainder of time limit unless it rejects partially or fully the submitted documents.

Performance and Retention Guarantees:Performance guarantee and retention money guarantee are not applicable to this framework contract

Price Revision:Prices are fixed and not subject to revision during the first year of the FWC. At the beginning of the second and every following year, each price may be revised upwards or downwards at request of one of the parties using harmonised indices of consumer prices (HICP) published by Namibia Statistics Agency

Contract Termination Provisions

Either party may terminate the FWC and/or specific contracts by sending formal notification with three months' written notice. If the FWC or specific contract is terminated, neither party is entitled to compensation and the contractor is entitled to payment only for services provided before termination takes effect. The contracting authority may terminate for various grounds including failure to start services within 15 days of scheduled date, inability to obtain required permits or licences, non-compliance with tender specifications or substantial contractual obligations, bankruptcy or insolvency situations, breach of exclusion criteria, substantial errors or fraud in award procedure, non-compliance with environmental, social or labour law, conflict of interest, material change in contractor's situation, force majeure, changed needs, or data protection breaches.

Key Performance Indicators and Quality Monitoring

The contracting authority may apply price reductions based on Key Performance Indicators (KPIs) as defined in tender specifications. For each KPI where the contractor does not achieve expected performance level, the contracting authority will deduct 10 percent from overall KPI score. In every month where overall KPI score is less than 90 percent, the contracting authority may deduct 5 percent of total monthly invoice amount for every 10 percent below the 90 percent threshold 1.

Data Protection and Personal Data Processing

Personal data processing by the contracting authority is governed by Regulation (EU) 2018/1725. The data controller is the Head of the Delegation of the European Union to Namibia. Personal data processing by the contractor shall meet requirements of Regulation (EU) 2018/1725 and be processed solely for purposes of providing security services. Personal data shall only be processed within territory of European Union, European Economic Area and Namibia, and will not leave that territory. Data shall only be held in data centres located within these territories. No access shall be given to such data outside these territories. The contractor may not change location of data processing without prior written authorisation of contracting authority. Any transfer of personal data to third countries or international organisations must fully comply with Chapter V of Regulation (EU) 2018/1725.

Applicable Law and Dispute Resolution

Governing Law:The FWC is governed by Union law, complemented where necessary by the law of Namibia

Jurisdiction:The courts of Windhoek have exclusive jurisdiction over any dispute regarding interpretation, application or validity of the FWC

Contact Information

Contracting Authority:Delegation of the European Union to Namibia, 2 Newton Street, PO Box 24443 Windhoek. Email: delegation-namibia-hoa@eeas.europa.eu

Submission Portal:EU Funding and Tenders Portal at EU Funding and Tenders Portal

Important Notes for Applicants

  • This is a two-stage procedure. Technical and financial tenders must NOT be submitted at the first stage. Only selected candidates will be invited to submit technical and financial tenders at the second stage.
  • Technical specifications are confidential and will be disclosed only to candidates successful at end of first stage.
  • All submissions must be made electronically via eSubmission. Paper submissions will be disregarded.
  • Candidates must register in the Participant Register to obtain a Participant Identification Code (PIC) before submitting.
  • The invitation is not binding on the contracting authority. Contractual obligation commences only when contract is signed by both parties.
  • Up to signature of contract, the contracting authority may cancel the procurement procedure without candidates being entitled to claim compensation.
  • Submission of request to participate implies acceptance of all terms and conditions in procurement documents.
  • Contacts between contracting authority and candidates are prohibited throughout procedure except in exceptional circumstances and under specified conditions.
  • The opening of requests to participate is not public. Once opened, requests become property of contracting authority and are treated confidentially.
  • Candidates will be notified of outcome by email to address provided in eSubmission application.
  • It is candidate's responsibility to provide valid email address and check it regularly.
  • Candidates may submit observations concerning procurement procedure to contracting authority or lodge complaint to European Ombudsman within two years of becoming aware of facts forming basis for complaint.
  • Within two months of notification of award decision, tenderers may launch action for annulment to body indicated in contract notice.

Footnotes

  1. 1These KPI-based price reduction provisions are specified in Article I.14 of the Framework Contract Special Conditions and represent complementary provisions to Article II.16.1 of the General Conditions on reduction in price.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentWord documentWord documentPDF document

Discover with AI

Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.

Try AI Agent →

EU Grant Database

Explore European funding opportunities in our comprehensive, up-to-date collection.

Browse Database →

Stay Informed

Get notified when grants change, deadlines approach, or new opportunities match your interests.

Configure Notifications →

Track Your Favorites

Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.

Use the Follow button above ↑

Framework Contract for Security Services in the EU Delegation to Mexico

TenderOpen

The European External Action Service (EEAS) invites qualified security service providers to bid for a framework contract to provide security guards, alarm and monitoring systems, CCTV and related services for the EU Delegation and Ambass...

May 11th, 2026

EU-Nepal Cooperation Facility (EU-NCF)

TenderOpen

The EU-Nepal Cooperation Facility (EU-NCF) is a restricted two-stage tender (EC-INTPA/KTM/2026/EA-RP/0056) to procure development consultancy services providing technical assistance, capacity building and logistical support to the Europe...

May 14th, 2026

Cooperation facility II in Lesotho - Technical Assistance and Operational Third Party Monitoring

TenderOpen

Restricted tender (two-stage) to establish a fee-based Cooperation Facility II providing on-demand technical assistance and operational third-party monitoring to the EU Delegation in Lesotho, financed under NDICI with an estimated contra...

May 25th, 2026

CDT-NET-2026 - services d’entretien et de nettoyage des locaux du Centre (LOT 1) et services d'Ă©vacuation des dĂ©chets et destruction de documents Ă  caractĂšre confidentiel (LOT 2)

TenderOpen

The Translation Centre for the Bodies of the European Union (CDT) has published open tender CDT/2026/OP/0004 (TED ref. 209983-2026) for two lots: Lot 1 building cleaning and maintenance services and Lot 2 waste evacuation and confidentia...

April 28th, 2026

Purchase, assembly and installation of office furniture and related accessories for the Delegations of the European Union in Africa

TenderOpen

The European External Action Service (EEAS) invites tenders for a supplies framework contract to supply, deliver, assemble and install office furniture and accessories for all EU Delegations in Africa, with an estimated ceiling of EUR 7,...

May 28th, 2026

Fourniture de produits de pharmacie et parapharmacie Ă  destination des services mĂ©dicaux de la Commission EuropĂ©enne, de l’OIB, du ComitĂ© Économique et Social EuropĂ©en et du ComitĂ© des RĂ©gions situĂ©s Ă  Bruxelles et Luxembourg

TenderOpen

The European Commission DG HR has published an open procedure tender (EC-HR/2025/OP/0350) for framework contracts to supply pharmaceutical and parapharmaceutical products to EU medical services and related institutions in Brussels and Lu...

April 23rd, 2026

Third-Party Logistics (3PL) - Warehouse and freight-forwarding services

TenderOpen

The European Border and Coast Guard Agency (Frontex) is running an open tender (FRONTEX/2025/OP/0064) for a single-supplier framework agreement to provide third-party logistics services including warehousing and multimodal freight‑forwar...

April 24th, 2026

NL-Petten: Integrated Petten entrance (IPE), exterior security measures

TenderOpen

Open tender EC-JRC/PTT/2026/OP/0492 invites bids for delivery, installation, testing and commissioning of exterior security measures for the Integrated Petten Entrance (IPE) at JRC Petten, including hostile vehicle mitigation bollards, v...

May 13th, 2026

Quality Assurance to Monitoring & Evaluation Systems for the EU External Action

TenderOpen

The European Commission DG INTPA has launched a restricted tender EC-INTPA/2026/EA-RP/0043 to procure external quality assurance services for monitoring and evaluation systems across DG INTPA, DG ENEST, MENA and FPI with an estimated val...

April 30th, 2026

Travaux de cùblage pour les réseaux structurés

TenderOpen

The European Commission (OIL Luxembourg) has published an open tender EC-OIL/2025/OP/0011 for structured network cabling and fit-out of sensitive telecommunications premises in Commission buildings in Luxembourg, organised as a single fr...

May 5th, 2026

Electric power supply for the premises of the European Union institutions in Bratislava, Slovakia

TenderOpen

Open procedure tender EP-INLO/LUX/2026/OP/0012 by the European Parliament INLO for the supply of electricity to EU premises at Hurbanovo nĂĄmestie 6, Bratislava (approx. 2,700 m2, estimated annual consumption 450,000 kWh). The contract is...

June 2nd, 2026

Contrat-cadre de mise en oeuvre d’échafaudages, plateformes, portiques ou tout autre support pour le travail en hauteur ou dans des zones inaccessibles dans les bĂątiments du Parlement europĂ©en Ă  Strasbourg

TenderOpen

Open procedure tender EP-INLO/SXB/2026/OP/0005 for a framework contract to supply, install, dismantle and transport scaffolding, platforms and height-access systems for European Parliament buildings in Strasbourg. Estimated value EUR 2,0...

May 5th, 2026