Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General Communication, Unit A3 — Media Monitoring, Media Analysis and Eurobarometer
Postal address: 200 rue de la Loi — BERL 4/377
Town: Brussels
NUTS code:
BE BELGIQUE-BELGIËPostal code: 1049
Country: Belgium
Contact person: Oana Hriscu
E-mail:
COMM-MEDIA-TENDERS@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu/dgs/communication/index_en.htm I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Media monitoring services for the European Commission – PO/2018-03/A3
Reference number: PO/2018-03/A3
II.1.2)Main CPV code79400000 Business and management consultancy and related services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject matter of the framework contract is the provision of media monitoring services in EU Member States and non-EU countries on issues of interest to the European Union.
II.1.5)Estimated total valueValue excluding VAT: 21 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
Main site or place of performance:
II.2.4)Description of the procurement:
The monitoring services will provide the Commission with an understanding of EU related media coverage and continuous feedback on its policies, initiatives or reactions in the media.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 21 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 22/06/2018
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)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
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 29/06/2018
Local time: 14:30
Place:
Berlaymont building — 200 rue de la Loi — 1040 Brussels — Aquarium 5.
Information about authorised persons and opening procedure:
Maximum two representatives per tenderer and representatives of the contracting authorities.
Please send the names, titles, Identity card nº and nationality to the email address reported under Section I.1., at the latest on 26.6.2018.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Tenderers are invited to check regularly the URL: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3439 for possible updates, clarifications and questions/answers.
You may submit any observations concerning the procurement procedure to the contracting authority using the contact means under Section I. If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu).
Within 2 months of notice of the award decision, you may launch an action for annulment of the award decision. Any request you may make and any reply from us, or any complaint for maladministration, will have neither the purpose nor the effect of suspending the time-limit for launching an action for annulment or to open a new period for launching an action for annulment. The body responsible for hearing annulment procedures is indicated in Section VI.4.1.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.5)Date of dispatch of this notice:06/04/2018