Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Regional and Urban Policy, Communication Unit
Postal address: BU-1 00/10
Town: Brussels
Postal code: 1049
Country: Belgium
Contact person: regio-dg-02-tenders@ec.europa.eu
For the attention of: Ana-Paula Laissy
E-mail: regio-dg-02-tenders@ec.europa.eu
Telephone: +32 22953258
Fax: +32 22966003
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/regional_policy/index.cfm/en/newsroom/funding-opportunities/calls-for-tender/
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Single framework contract for the provision of communication and information activities in the field of the European Union's regional and cohesion policy — lot 1: information products; lot 2: organisation of events.
II.1.2)Type of contract and location of works, place of delivery or of performance II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 25 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
Single framework service contract for the provision of communication and information activities in the field of the European Union's regional and cohesion policy — lot 1: information products; lot 2: organisation of events.
II.1.6)Common procurement vocabulary (CPV)79800000 Printing and related services, 98341000 Accommodation services, 55000000 Hotel, restaurant and retail trade services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The maximum volume of the contract over 4 years is as follows, VAT excluded:
maximum indicative ceiling over 4 years for lot 1: 10 000 000 EUR;
maximum indicative ceiling over 4 years for lot 2: 15 000 000 EUR.
Estimated value excluding VAT: 25 000 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Information products1)Short description
In the context of this lot, the term 'information products' means written material or images for print or electronic media designed to provide a specific target group with information on regional policy and its achievements.
As the Publications Office of the European Union takes care of most of the printing and distribution of publications, the assistance required in the area of publications relates mainly to activities before the printing stage.
This lot comprises a number of tasks falling under the following 6 headings, described in more detail in Section B:
1. publishing (drafting, editing, proofreading);
2. translation and revision;
3. layout and pre-press;
4. graphic design;
5. photo-journalistic reports and selection of photographs;
6. managing DG Regional and Urban Policy's mailing lists.
2)Common procurement vocabulary (CPV)79800000 Printing and related services
3)Quantity or scope
The maximum volume of the contract over 4 years is as follows, VAT excluded: maximum indicative ceiling over 4 years for lot 1: 10 000 000 EUR.
Estimated value excluding VAT: 10 000 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Organisation of events1)Short description
An essential part of the Directorate-General for Regional and Urban Policy's communication activities is the organisation of events to promote exchanges of experiences and best-practice on regional policy and to enhance the DG's profile as a source of information.
The present lot of the framework contract to be signed covers the planning, organising, setting-up and running of these events.
2)Common procurement vocabulary (CPV)98341000 Accommodation services, 55000000 Hotel, restaurant and retail trade services
3)Quantity or scope
The maximum volume for the contract over 4 years is as follows, VAT excluded: maximum indicative ceiling over 4 years for lot 2: 15 000 000 EUR.
Estimated value excluding VAT: 15 000 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required: III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers III.2.2)Economic and financial ability III.2.3)Technical capacity III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2015CE16BAT006.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate26.5.2015 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 2.6.2015 - 9:30
Place:
avenue de Beaulieu 5, 1160 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: 1 representative of each tender may attend the opening of tenders. Companies wishing to attend are requested to notify their intention at least 48 hours in advance by e-mail to regio-dg-02-tenders@ec.europa.eu
This notification must be signed by an authorised officer of the tenderer and specify the name of the person who will attend the opening of the tenders on the tenderer's behalf.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have an effect to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:2.4.2015