Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 222905-2016

01/07/2016    S125

Belgium-Brussels: Measuring the use of audiovisual material produced by the EU institutions and broadcast by television channels — interinstitutional procedure (European Commission and European Parliament)

2016/S 125-222905

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, direction générale de la communication, direction «Médias», unité «Audiovisuel»
Postal address: rue Wiertz 60
Town: Bruxelles
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: José Viejo Manzanal, PHS 01A063
E-mail: avtenders@europarl.europa.eu
Internet address(es):
Main address: http://www.europarl.europa.eu
Address of the buyer profile: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1619
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=1619
Additional 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 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:

Measuring the use of audiovisual material produced by the EU institutions and broadcast by television channels. Interinstitutional procedure (European Commission and European Parliament).

Reference number: COMM/DG/AWD/2016/387.
II.1.2)Main CPV code
79300000 Market and economic research; polling and statistics
II.1.3)Type of contract
Services
II.1.4)Short description:

Provision of a service to monitor and measure the use of audiovisual material produced by the institutions and made available to the media and other interested parties. The requested service involves monitoring and measuring the use of video footage broadcast by all channels of the 2 European institutions via a set of television channels to be defined in advance by the institutions. This set consists of channels from Member States, countries outside the European Union and pan-European channels.

II.1.5)Estimated total value
Value excluding VAT: 1 800 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: FR421 Bas-Rhin
Main site or place of performance:

Brussels and Strasbourg.

II.2.4)Description of the procurement:

The requested service involves monitoring and measuring the use of video footage broadcast by all channels of the 2 European institutions via a set of television channels to be defined in advance by the institutions.

This set comprises 220 television channels from the 28 Member States, countries outside the European Union and pan-European channels. It involves the channels with the highest viewing figures for a country or region and/or those which are of particular interest to the European institutions. These 220 channels will need to be monitored continuously, 24 hours a day, 7 days a week, 365 days a year. Monitoring is understood as being the ability to pick up the TV channels in the set and locate the images produced and broadcast by the institutions within the schedules of these TV channels.

The highest level of accuracy in detecting images of the institutions (expressed to the nearest second) is required and will need to be clearly stipulated in the tender.

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: 1 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

3 12-month renewals.

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: no
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:
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

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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/08/2016
Local time: 12:00
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: 25/08/2016
Local time: 10:00
Place:

European Parliament, 60 rue Wiertz, bâtiment Jozsef Antall, bureau -2Q129, 1047 Bruxelles, BELGIUM.

Information about authorised persons and opening procedure:

on pain of being denied access to the opening of tenders, tenderers wishing to attend should confirm this by e-mail (avtenders@europarl.europa.eu) no later than 2 working days before the tender opening date, limiting their representation to 1 person. See specifications.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

2020.

VI.3)Additional information:

During the 3 years following conclusion of the original framework contract, the Parliament may initiate a negotiated procedure without prior publication of a contract notice, in accordance with Article 134(1)(e) of Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council of 25.10.2012 on the financial rules applicable to the general budget of the Union and repealing Council Regulation (EC, Euratom) No 1605/2002, as amended by Regulation (EU, Euratom) No 2015/1929 of the European Parliament and of the Council of 28.10.2015.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
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
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
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
VI.5)Date of dispatch of this notice:
21/06/2016