Thailand-Bangkok: Business services: law, marketing, consulting, recruitment, printing and security
2022/S 061-159293
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)
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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
EU-Malaysia Cooperation Facility
Reference number: INTPA/BKK/2022/EA-RP/0015
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
The EU-Malaysia Cooperation Facility will support policy dialogues, outreach and strategic partnerships on a wide range of issues and with a diversity of stakeholders relevant to EU-Malaysia relations. This will include policy areas such as: political affairs, trade and investment, security, gender equality, women and youth empowerment, environment, climate change, the UN sustainable development goals (SDGs), good governance, human rights, rule of law, science and research, etc.
In order to support the policy dialogues, outreach and strategic partnerships, the contractor will provide a broad range of services, including inter alia: technical assistance, capacity building, policy advisory services (for e.g. provision of specific technical expertise, preparation of studies, organisation of trainings, seminars, and conferences, communication and visibility activities and materials, event management, translation and interpretation, project management, etc.).
II.1.5)Estimated total valueValue excluding VAT: 5 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79000000 Business services: law, marketing, consulting, recruitment, printing and security
71356200 Technical assistance services
79140000 Legal advisory and information services
98910000 Services specific to international organisations and bodies
79300000 Market and economic research; polling and statistics
80522000 Training seminars
90713000 Environmental issues consultancy services
II.2.3)Place of performanceNUTS code: MY Malaysia
Main site or place of performance:
II.2.4)Description of the procurement:
EU-Malaysia Cooperation Facility
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: 5 500 000.00 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.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 8
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:
II.2.14)Additional information
Subsequent to the initial contract resulting from the current tender procedure, new services consisting in the repetition of similar services, up to the estimated amount of 100%, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services are in conformity with the same basic project.
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:
Please consult the procurement documents available at the address indicated in Section I.3.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please consult the procurement documents available at the address indicated in Section I.3.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted 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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 16/05/2022
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 05/07/2022
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3. For any additional information, please refer to the document A5f "Additional information about the Contract Notice".
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: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in Section I.3.
VI.5)Date of dispatch of this notice:23/03/2022