Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament, Directorate-General for Communication (COMM)
Postal address: Rue Wiertz 60
Town: Brussels
NUTS code:
BE Belgique / BelgiëPostal code: 1047
Country: Belgium
E-mail:
epzagreb@ep.europa.euInternet address(es): Main address:
http://www.europarl.europa.eu 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:
Monitoring and Analysis Services of the Croatian Media
Reference number: COMM/AWD/2021/465
II.1.2)Main CPV code92400000 News-agency services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of the call for tenders is to provide the Parliament with high-quality expertise and support in undertaking in-depth media analysis on EU-related topics across different types of media. Contractors will be expected to provide evidence-based media analysis that will in turn contribute to developing and implementing a coherent, informed, targeted, long-term communication for DG COMM.
II.1.5)Estimated total valueValue excluding VAT: 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: HR Hrvatska
Main site or place of performance:
II.2.4)Description of the procurement:
Please consult: Technical Specifications.
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: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract may be renewed yearly up to a maximum of four years (see the draft framework contract for more details).
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
III.1.2)Economic and financial standingList and brief description of selection criteria:
Minimum level(s) of standards possibly required:
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Minimum level(s) of standards possibly required:
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 a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/02/2022
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:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 22/02/2022
Local time: 10:00
Place:
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, BP 403
Town: Strasbourg
Postal code: 67001
Country: France
Internet address:
http://www.ombudsman.europa.eu VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: General Court of the European Union
Postal address: rue du Fort Niedegrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
VI.5)Date of dispatch of this notice:12/01/2022