Supplies - 146537-2017

19/04/2017    S76

Sweden-Solna: Provision of conference and multimedia equipment and services in ECDC

2017/S 076-146537

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Centre for Disease Prevention and Control
Postal address: Granits väg 8
Town: Solna
NUTS code: SE SVERIGE
Postal code: 171 65
Country: Sweden
Contact person: Procurement Back Office
E-mail: ECDC.procurement@ecdc.europa.eu
Internet address(es):
Main address: http://www.ecdc.europa.eu
Address of the buyer profile: http://ecdc.europa.eu/en/aboutus/calls/Pages/procurementsandgrants.aspx
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=2398
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2398
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
Health

Section II: Object

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

Provision of conference and multimedia equipment and services in ECDC.

Reference number: OJ/2017/ICT/9242.
II.1.2)Main CPV code
42965000 Information-processing equipment - RC05 - QA12
II.1.3)Type of contract
Supplies
II.1.4)Short description:

ECDC is looking for a contractor for the provision (purchase or rental), installation, maintenance and support of all multimedia equipment and related services used in the Emergency Operations Centre (EOC) and all conference and meeting areas at the current as well as at the future ECDC premises.

The contractor must be able to provide a full product suite in multimedia systems that include, but are not limited to video-conferencing, audio-conferencing, Web-conferencing, projectors, video wall, digital signage, sound systems, streaming services, cameras, and interpretation systems. The contractor must also be able to provide supporting services (on-site staff) to assist ECDC's AV specialist, ECDC's EOC specialists, installation of equipment, on-site support, training for ECDC staff and maintenance of the equipment as needed.

II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
50312600 Maintenance and repair of information technology equipment
72222300 Information technology services
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
50340000 Repair and maintenance services of audio-visual and optical equipment
50343000 Repair and maintenance services of video equipment
32320000 Television and audio-visual equipment
32321000 Television projection equipment
32321200 Audio-visual equipment
32351000 Accessories for sound and video equipment
51314000 Installation services of video equipment
32232000 Video-conferencing equipment
32323000 Video monitors
32323300 Video equipment
32350000 Parts of sound and video equipment
32351200 Screens
II.2.3)Place of performance
NUTS code: SE SVERIGE
Main site or place of performance:

ECDC and contractor's premises.

II.2.4)Description of the procurement:

See Internet address provided in Section I.3.

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: 48
This contract is subject to renewal: no
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: no
II.2.14)Additional information

See Internet address provided in Section I.3.

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 registers
List and brief description of conditions:

See Internet address provided in Section I.3.

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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See Internet address provided in Section I.3.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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 participate
Date: 22/05/2017
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:
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 24/05/2017
Local time: 10:00
Information about authorised persons and opening procedure:

See Internet address provided in Section I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

See Internet address provided in Section I.3.

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 43031
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
07/04/2017