We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 39599-2022

25/01/2022    S17

Spain-Alicante: Business services: law, marketing, consulting, recruitment, printing and security

2022/S 017-039599

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Intellectual Property Office
National registration number: V-03965324
Postal address: Avenida de Europa, 4
Town: Alicante
NUTS code: ES521 Alicante / Alacant
Postal code: 03008
Country: Spain
E-mail: IPKEY-SEA.procurement@euipo.europa.eu
Internet address(es):
Main address: https://euipo.europa.eu/ohimportal/en/public-procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=9993
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Provision of Long-Term Expertise and Support Staff for the Intellectual Property Rights Action for South-East Asia – Phase II

Reference number: EUIPO/IPKSEAII/2022/EA-RP/001
II.1.2)Main CPV code
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contract
Services
II.1.4)Short description:

The overall objective of this action will continue to be the promotion of a more level playing field for European companies operating in South-East Asia by contributing to greater transparency and effective implementation of the IPR protection and enforcement system. The purpose of these contracts (for lots) is to acquire services to reinforce the project management team which, in close cooperation with national and regional stakeholders and the relevant EU Delegations (trade sections), will implement cooperation activities pertaining to the IP Key South East Asia. Specific activities will be defined on a yearly basis according to EU selected priority areas to improve IPR protection and enforcement and raise awareness.

II.1.5)Estimated total value
Value excluding VAT: 1 141 800.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 5
II.2)Description
II.2.1)Title:

IPR Expert/ Activity Coordinator 1 based in Thailand

Lot No: 1
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
79100000 Legal services
79120000 Patent and copyright consultancy services
II.2.3)Place of performance
NUTS code: TH Thailand
Main site or place of performance:

Bangok

II.2.4)Description of the procurement:

Provision of long-term technical expertise on IPR for the Intellectual Property Rights Action for South-East Asia

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 349 800.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

New services or works consisting in the repetition of similar services or works, up to the estimated amount of approximately 50% of the budget for the respective lot may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is more than the maximum allowed, the contracting authority will rank them using the re-examination criteria stated at the contract notice for this procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

IP KEY SEA - phase II

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

IPR Expert/ Activity Coordinator 2 based in Indonesia

Lot No: 2
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
79100000 Legal services
79120000 Patent and copyright consultancy services
II.2.3)Place of performance
NUTS code: ID Indonesia
Main site or place of performance:

Jakarta

II.2.4)Description of the procurement:

Provision of long-term technical expertise on IPR for the Intellectual Property Rights Action for South-East Asia

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 349 800.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

New services or works consisting in the repetition of similar services or works, up to the estimated amount of approximately 50% of the budget for the respective lot may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is more than the maximum allowed, the contracting authority will rank them using the re-examination criteria stated at the contract notice for this procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

IP KEY SEA - phase II

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

Awareness and Communication Officer

Lot No: 3
II.2.2)Additional CPV code(s)
79410000 Business and management consultancy services
92400000 News-agency services
II.2.3)Place of performance
NUTS code: TH Thailand
Main site or place of performance:

Bangkok

II.2.4)Description of the procurement:

Provision of long-term communication services for the Intellectual Property Rights Action for IP Key SEA

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 217 800.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

New services or works consisting in the repetition of similar services or works, up to the estimated amount of approximately 50% of the budget for the respective lot may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is more than the maximum allowed, the contracting authority will rank them using the re-examination criteria stated at the contract notice for this procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

IP KEY SEA - phase II

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

Project Assistant 1

Lot No: 4
II.2.2)Additional CPV code(s)
79500000 Office-support services
79996000 Business organisation services
II.2.3)Place of performance
NUTS code: TH Thailand
Main site or place of performance:

Bangkok

II.2.4)Description of the procurement:

Provision of long-term support services for the Intellectual Property Rights Action for IP Key SEA

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 112 200.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

New services or works consisting in the repetition of similar services or works, up to the estimated amount of approximately 50% of the budget for the respective lot may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is more than the maximum allowed, the contracting authority will rank them using the re-examination criteria stated at the contract notice for this procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

IP KEY SEA - phase II

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

Project Assistant 2

Lot No: 5
II.2.2)Additional CPV code(s)
79500000 Office-support services
79996000 Business organisation services
II.2.3)Place of performance
NUTS code: TH Thailand
Main site or place of performance:

Bangkok

II.2.4)Description of the procurement:

Provision of long-term support services for the Intellectual Property Rights Action for IP Key SEA

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

New services or works consisting in the repetition of similar services or works, up to the estimated amount of approximately 50% of the budget for the respective lot may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If the number of eligible candidates meeting the selection criteria is more than the maximum allowed, the contracting authority will rank them using the re-examination criteria stated at the contract notice for this procedure.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

IP KEY SEA - phase II

II.2.14)Additional information

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

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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 participate
Date: 28/02/2022
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 17/03/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:

The tender documents will be available for download at the address indicated under Heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates, modifications or answers to questions during the tendering period. In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3 in the last 5 calendar days before the time limit for receipt indicated in Section IV.2.2, the Contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section I.3, 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 I.3 in order to get notified when new information or documents are published.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: LUXEMBOURG
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

VI.5)Date of dispatch of this notice:
20/01/2022