Services - 185069-2021

16/04/2021    S74

Luxembourg-Luxembourg: Media Monitoring Services

2021/S 074-185069

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Court of Auditors
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
NUTS code: LU Luxembourg
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47157
Fax: +352 4398-48157
Internet address(es):
Main address: http://www.eca.europa.eu
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=8267
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=8267
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

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

Media Monitoring Services

Reference number: AO 767
II.1.2)Main CPV code
92400000 News-agency services
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of the present call for tenders is to procure media monitoring and media reporting services on the media coverage related to the Court. The contractor will have to monitor the online (internet) media and the social media. The Court can also request additionally and on demand monitoring of some print media and/or monitoring of radio/TV stations. Possibility of provision of such services will be considered an asset.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: LU Luxembourg
II.2.4)Description of the procurement:

The goal is to provide:

1) A timely, up-to-date compendium of daily information, in the form of a customised press review, about the way in which topics of relevance to the Court (including the Court’s President and Members) and the EU are reported in the media, with news items presented in both original language and in English translation; and

2) A platform where dedicated staff (approx. 20) can access all news items published on the Court, sorted with various filters available in the platform.

In addition, statistics and qualitative and quantitative media analysis reports will have to be produced, i.e.;

3) For each report/publication: media coverage reports with various statistics 2 days and 2 weeks after publication, in the form of a ready-to-use email;

4) Media analysis reports:

— each year, by 7 July, a mid-year qualitative and quantitative analysis related to the previous semester;

— by 7 January, a yearly qualitative and quantitative analysis related to the previous year;

— 1 qualitative and quantitative analysis report dedicated to the Court’s Annual Reports, 1 month after their publication in autumn.

It is in the responsibility of the contractor to ensure that all copyright agreements are adhered to, related to the delivery of these services.

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: yes
Identification of the project:

General budget of the European Union.

II.2.14)Additional information

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:

Tenderers that are in one of the situations described in Articles 136 and 141 of the financial regulation shall be excluded from participation in this open call for tenders and not be awarded the contract.

Tenderers must be legally capable of performing the service contract they apply for. A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitation to tender — Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender.

The following documents as regards the legal and regulatory capacity shall be requested from the tenderers to whom the award of the contract might be proposed:

(a) proof of entry on the professional or trade register under the conditions laid down by legislation in the country in which the tenderers reside;

(b) a legible copy of the notice of appointment of the person(s) authorised to represent the tenderer in concluding contracts, if it is not included in the abovementioned document.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Tenderers must have the necessary economic and financial capacity to perform the contract in compliance with the contractual provisions, taking into account its value and scale. If, in the light of the information supplied by the tenderer, the Court has doubts about his financial capacity, or if it is clearly insufficient for performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation.

A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitation to tender — Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the economic and financial capacity shall be requested from the tenderers to whom the award of the contract might be proposed:

(a) statement of the tenderer’s overall turnover in the last three (3) financial years;

(b) copy of the profit and loss accounts and balance sheets for the last 3 years for which accounts have been closed from each concerned involved entity, or, failing that, appropriate statements from banks. The most recent year must have been closed within the last 18 months.

Minimum level(s) of standards possibly required:

Average yearly turnover of the last three (3) financial years shall be above EUR 200 000.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Tenderers must have the necessary technical and professional capacity to enable them to perform the contract in compliance with the contractual provisions, taking into account its value and scale.

A declaration on honour on the exclusion and selection criteria (Annex 3 of the Invitation to Tender — Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender.

The following documents as regards the technical and professional capacity shall be provided with the tender:

(a) A list of at least three (3) references (contracts or projects) of the most relevant clients in the last three (3) years meeting the minimum levels of capacity. The list shall include details of their start and end date, total project amount and scope, role and amount invoiced. In case of projects still on-going only the portion completed during the reference period will be taken into consideration.

As supporting documents for each project reference the contracting authority may request statements issued by the clients and take contact with them.

(b) The proof of capacity to monitor media in all the languages covered by this call for tenders and mentioned in point B.2.1.4 of Tender specifications will be assessed during access to demo of online platform (see point A.9.1 of Tender specifications).

Minimum level(s) of standards possibly required:

In respect of the contract which is the subject of this invitation to tender, the Court requires tenderers to have the following minimum levels of technical and professional capacity:

(a) The tenderer shall have executed in the last three (3) years preceding the tender submission deadline at least three (3) contracts/projects consisting in providing monitoring services of mostly European media and reporting services similar to those required by this call for tenders to international organisations or companies operating at European level;

(b) At least one (1) contract/project executed in the last three (3) years must have used the online platform that will be offered to the Court;

(c) In order to be accepted, all the projects shall have a total value of at least EUR 100 000 yearly.

If three (3) contracts/projects provided by tenderer as proof of technical and professional capacity do not reach the total value of EUR 100 000 yearly, the tenderer can add additional relevant references in order to prove the compliance with the criterion of the total yearly value of the references.

(d) The tenderer must monitor media in all the languages covered by the contract and mentioned in point 2.1.4. of Part B of tender specifications.

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

The contract foresees a start-up phase which will take place from 1 till 14 of September 2021, provided the contract has been signed by both contracting parties. If the contract is not yet signed by 1 September 2021, the start-up phase will start the day following the date of signature by the last contracting party.

During this phase, the contractor will be obliged to deliver all daily deliverables according to the tender specifications. The deliverables will be carefully checked by the Court and the feedback including any requests for modifications will be sent back to the contractor. The purpose of this phase is to fine-tune all deliverables of the contract so that following this phase the contractor is fully operational and deliverables can be accepted without major comments. During this period, all penalties are waived.

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
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/05/2021
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 24/05/2021
Local time: 11:00
Place:

European Court of Auditors, L-1615 Luxembourg, 12 rue Alcide de Gasperi.

This session may take place online using the platform Microsoft Teams. In this case a link will be provided to the tenderers in due time in reply to your email registering for participation.

Information about authorised persons and opening procedure:

A maximum of one representative per tender may attend the opening session. For organisational and security reasons the tenderer must provide the full name and nationality of the representatives at least 2 working days in advance to eca-procurement.service@eca.europa.eu. The representatives will be required to present the submission receipt generated by eSubmission.

Section VI: Complementary information

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

Any additional information including that referred to above will be available only on eTendering (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=8267), so the tenderers are strongly advised to consult it at regular intervals as additional information may be added at any time up to the closing date for submission of tenders.

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: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Appeal to the General Court of the European Union within 2 months of the plaintiff being notified on the success or not of its tender or, failing this, of the day on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Court of Auditors, Service des appels d'offres et contrats
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47157
Fax: +352 4398-48157
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
06/04/2021