Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
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 activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Maintenance of Audio Video and Conference Facilities
Reference number: AO 807
II.1.2)Main CPV code50312610 Maintenance of information technology equipment
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this call for tenders is to conclude a framework contract for the provision of maintenance services for audio, video and conference facilities in high-end conference and meeting spaces under the contract.
The services include the preventive, corrective and evolutive maintenance of ECA’s conference facilities, the operational and technical assistance to ECA and the supplies of audio, video and conference material for the Court’s high-end spaces.
II.1.5)Estimated total valueValue excluding VAT: 1 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)32000000 Radio, television, communication, telecommunication and related equipment
II.2.3)Place of performanceNUTS code: LU Luxembourg
Main site or place of performance:
European Court of Auditors.
II.2.4)Description of the procurement:
The services to be provided are the following:
— the preventive, corrective and evolutive maintenance of ECA’s conference facilities;
— the operational and technical assistance to ECA as regards: the operation of equipment and installations in the audio-visual and multimedia conference fields, as well as in the related IT field; the specific assignments in the context of evolutive maintenance;
— the supplies of audio, video and conference material for the Court’s high-end spaces.
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: 1 500 000.00 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: yes
Identification of the project:
General budget of the European Union.
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:
See Section 8.1, Part A of the Tender Specifications.
III.1.2)Economic and financial standingList and brief description of selection criteria:
See Section 8.2, Part A of the Tender Specifications.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
See Section 8.3, Part A of the Tender Specifications.
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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 27/03/2023
Local time: 16:00
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 28/03/2023
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Participation in the on-site visit is highly recommended.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Internet address:
http://curia.europa.eu/ VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Actions may be brought before the General Court of the European Union within 2 months of the date on which the complainant was notified of the success or failure of the tender or, in the absence thereof, of the date on which it came to the complainant's attention. A complaint to the European Ombudsman does not suspend this time limit or open a new time limit for appeal.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:10/02/2023