Palvelut - 153398-2021

29/03/2021    S61

Belgium-Brussels: Framework Contract for the Provision of Services and Equipment in the field of Audio-visual and Conference Technology

2021/S 061-153398

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, DG Interpretation
Postal address: Rue de la Loi 102
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: B-1000
Country: Belgium
E-mail: SCIC-C4-Tender@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/info/departments/interpretation_en
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=8053
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=8053
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:

Framework Contract for the Provision of Services and Equipment in the field of Audio-visual and Conference Technology

Reference number: SCIC/2021/OP/0002
II.1.2)Main CPV code
51310000 Installation services of radio, television, sound and video equipment
II.1.3)Type of contract
Services
II.1.4)Short description:

Inter-institutional framework contract for the provision of services in the field of consultancy, design, installation, support, maintenance and rental of audio-visual and conference (AV&C) services, together with the supply of AV&C equipment and associated software.

II.1.5)Estimated total value
Value excluding VAT: 210 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers who are interested to apply for Lot 1 may not apply for the other lots.

II.2)Description
II.2.1)Title:

Consultancy, Design and Quality Control

Lot No: 1
II.2.2)Additional CPV code(s)
71316000 Telecommunication consultancy services
71320000 Engineering design services
71350000 Engineering-related scientific and technical services
79314000 Feasibility study
72224000 Project management consultancy services
72225000 System quality assurance assessment and review services
71621000 Technical analysis or consultancy services
72000000 IT services: consulting, software development, Internet and support
72212730 Security software development services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The main places of delivery are the seats of the European Institutions, Bodies and Agencies in the European Union. Provision of services may however be requested on the entire EU territory.

II.2.4)Description of the procurement:

Lot 1: Consultancy, design and quality control for audio-visual and conference installations.

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: 17 000 000.00 EUR
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: yes
Identification of the project:

EU budget.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Acquisition of AV&C Equipment

Lot No: 2
II.2.2)Additional CPV code(s)
32321200 Audio-visual equipment
32320000 Television and audio-visual equipment
32321300 Audio-visual materials
32350000 Parts of sound and video equipment
32340000 Microphones and loudspeakers
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The main places of delivery are the seats of the European Institutions, Bodies and Agencies in the European Union. Provision of services may however be requested on the entire EU territory.

II.2.4)Description of the procurement:

Lot 2: Acquisition of audio-visual and conference equipment.

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: 86 000 000.00 EUR
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: yes
Identification of the project:

EU budget.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Installation, Maintenance and Repair

Lot No: 3
II.2.2)Additional CPV code(s)
51300000 Installation services of communications equipment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The main places of delivery are the seats of the European Institutions, Bodies and Agencies in the European Union. Provision of services may however be requested on the entire EU territory.

II.2.4)Description of the procurement:

Lot 3: Installation, maintenance and repair of audio-visual and conference equipment.

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: 50 000 000.00 EUR
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: yes
Identification of the project:

EU budget.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Rental and Operating services

Lot No: 4
II.2.2)Additional CPV code(s)
51310000 Installation services of radio, television, sound and video equipment
32232000 Video-conferencing equipment
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

The main places of delivery are the seats of the European Institutions, Bodies and Agencies in the European Union. Provision of services may however be requested on the entire EU territory.

II.2.4)Description of the procurement:

Lot 4: Rental and operating of audio-visual and conference equipment.

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: 57 000 000.00 EUR
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: yes
Identification of the project:

EU budget.

II.2.14)Additional information

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
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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 098-232307
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 11/06/2021
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: 21/06/2021
Local time: 10:00
Place:

Electronic opening.

Information about authorised persons and opening procedure:

See Invitation to Tender.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
22/03/2021