Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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: yes
Official name: European Parliament
Postal address: rue Wiertz 60
Town: Brussels
Postal code: 1047
Country: Belgium
Official name: Consumers, Health, Agriculture and Food Executive Agency (Chafea)
Postal address: Drosbach Building, 12, rue Guillaume Kroll
Town: Luxembourg
Postal code: 1882
Country: Luxembourg
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework contract 'Flash Eurobarometer surveys' PO/2015-06/A1.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 10: Market research and public opinion polling services
Main site or location of works, place of delivery or of performance: Brussels.
NUTS code BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
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: 50 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The European Commission is planning to continue its research programme of opinion polls among the general public and specific target groups in the EU. The aim is to evaluate the state of public opinion in general and to contribute to the evaluation, validation and formulation of EU policies. This invitation to tender concerns Flash Eurobarometer surveys in 47 countries or territories. The framework contract will allow the European Commission, the European Parliament and Chafea (Consumers, Health, Agriculture and Food Executive Agency) to order ad hoc surveys.
II.1.6)Common procurement vocabulary (CPV)79320000 Public-opinion polling 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: no
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 budget is 50 000 000 EUR over 4 years (VAT excluded).
Estimated value excluding VAT: 50 000 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
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:
Provisions related to payment are laid down in the draft contract in Annex 8 to the invitation to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not applicable.
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 registersInformation and formalities necessary for evaluating if the requirements are met: Please refer to the tender specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Please refer to the tender specifications.
Minimum level(s) of standards possibly required: Not applicable.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please refer to the tender specifications.
Minimum level(s) of standards possibly required:
Not applicable.
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:
PO/2015-06/A1.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 1.7.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.7.2015 - 17:00
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: 10 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 15.7.2015 - 11:00
Place:
European Commission, Directorate-General for Communication, Unit A.1 — Strategy, Corporate Communication Actions and Eurobarometer, rue de la Loi 56, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of the tenderers and of the European Commission, the European Parliament and Chafea.
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 proceduresOfficial 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 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the petitioner being notified or, failing this, of the date on which it became known to them. Lodging a complaint with the European Ombudsman neither suspends this deadline nor creates a new deadline for appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.5.2015