Servizi - 238738-2018

05/06/2018    S105

Belgium-Brussels: Framework Contract for Services for the Organisation of Communication and Information Activities of the Liaison Office in Warsaw

2018/S 105-238738

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament
Postal address: Rue Wiertz 60
Town: Brussels
NUTS code: BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWEST
Postal code: B-1047
Country: Belgium
Contact person: Ewa Michnowska
E-mail: epwarszawa@ep.europa.eu
Telephone: +48 225952470
Internet address(es):
Main address: http://www.europarl.europa.eu
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
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=3398
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Parliament Liaison Office in Poland
Postal address: ul. Jasna 14/16a
Town: Warszawa
Postal code: 00-041
Country: Poland
Contact person: Ewa Michnowska
Telephone: +48 225952470
E-mail: epwarszawa@ep.europarl.eu
NUTS code: PL9 Not specified
Internet address(es):
Main address: www.europarl.pl
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:

Framework Contract for Services for the Organisation of Communication and Information Activities of the Liaison Office in Warsaw

Reference number: COMM/AWD/2018/222
II.1.2)Main CPV code
79416000 Public relations services
II.1.3)Type of contract
Services
II.1.4)Short description:

The establishment of a framework contract for communication services serves these objectives:

— to allow the EPLO to draw on high-quality professional support for a variety of tasks that can easily be out sourced and thus free capacity in the Offices for more strategic work,

— to streamline procurement processes,

— to facilitate day-to-day operations with a simple ordering process, while safeguarding the respect of procurement rules,

— to allow ramping up the scale of communication activities during the election campaign.

II.1.5)Estimated total value
Value excluding VAT: 1 400 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79950000 Exhibition, fair and congress organisation services
79418000 Procurement consultancy services
79994000 Contract administration services
79553000 Desktop publishing services
79540000 Interpretation services
79530000 Translation services
II.2.3)Place of performance
NUTS code: PL POLSKA
II.2.4)Description of the procurement:

The European parliament liaison offices (EPLO) are responsible for the decentralised implementation of the European parliament’s institutional communication efforts. More specifically, the Offices manage contacts with national, regional and local media, engage with citizens and stakeholders through offline and online activities, and offer a communication platform for MEPs in the Member States. In particular, their efforts are central to the EP’s campaign for the 2019 European elections.

The establishment of a framework contract for communication services serves these objectives:

— to allow the Warsaw EPLO to draw on high-quality professional support for a variety of tasks that can easily be outsourced and thus free capacity in the Offices for more strategic work,

— to streamline the DG’s procurement processes,

— to facilitate day-to-day operations with a simple ordering process, while safeguarding the respect of procurement rules,

— to allow ramping up the scale of communication activities during the election campaign period.

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: 1 400 000.00 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:

Initial Contract of 1 year followed by 3 potential renewals, up to a maximum period of 4 years.

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:

Be enrolled in a relevant professional or trade register, except for international organisations; hold a particular authorisation proving that it is authorised to perform the Contract in its country of establishment or be a member of a specific professional organisation.

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: 31/07/2018
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 07/08/2018
Local time: 10:00
Place:

Biuro PE w Polsce.

Ul. Jasna 14/16a.

Warszawa.

Information about authorised persons and opening procedure:

Up to 2 representatives per tenderer duly mandated by email — See conditions for submitting a tender.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: Médiateur Européen
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Internet address: https://www.ombudsman.europa.eu/start.faces
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: CFI.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
29/05/2018