Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Parliament, Directorate-General for Communication, European Parliament Information Office in Malta
Postal address: Europe House, 254, St Paul Street
Town: Valletta
Postal code: MT-VLT 1215
Country: Malta
For the attention of: The Head of Office
E-mail: epvalletta@europarl.europa.eu
Telephone: +356 21235075
Fax: +356 21230661
Internet address(es):
General address of the contracting authority: http://www.europarl.europa.eu/tenders/invitations.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=895
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned 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: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of services required to organise and implement communication and information activities for the European Parliament Information Office in Malta (Valletta).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Malta and Gozo.
NUTS code
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: 200 000 EUR
II.1.5)Short description of the contract or purchase(s)
Through this open call for tenders, the EPIO Valletta is seeking to engage the expertise of a professional service provider on a framework contract basis who would assist the office in the organisation of events and provide the necessary logistical assistance to ensure the maximum effectiveness and value for money.
II.1.6)Common procurement vocabulary (CPV)79952000 Event services - QA11
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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:Estimated value excluding VAT: 200 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
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: III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: 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 registers III.2.2)Economic and financial ability III.2.3)Technical capacity 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:
COMM/DG/AWD/2015/100.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate27.7.2015 - 12:00
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: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 17.8.2015 - 11:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenderers wishing to attend the opening of the tenders are asked to notify the department responsible for managing this procurement procedure, no later than 2 working days before the tender opening date, by e-mail at epvalletta@ep.europa.eu (clearly indicating 'FWC event organisation — EPIO Valletta — AWD ref.: COMM/DG/AWD/2015/100' in the mail subject).
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 of the Court of Justice of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2600
Internet address: http://Curia.europa.eu
Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:4.6.2015