Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament
Postal address: Rue Wiertz 60
Town: Brussels
NUTS code:
BE1 RÉGION DE BRUXELLES-CAPITALE / BRUSSELS HOOFDSTEDELIJK GEWESTPostal code: B-1047
Country: Belgium
Contact person: Ewa Michnowska
E-mail:
epwarszawa@ep.europa.euTelephone: +48 225952470
Internet address(es): Main address:
http://www.europarl.europa.eu I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional 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.euNUTS code:
PL9 Not specifiedInternet address(es): Main address:
www.europarl.pl I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral 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 code79416000 Public relations services
II.1.3)Type of contractServices
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 valueValue excluding VAT: 1 400 000.00 EUR
II.1.6)Information about lotsThis 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 performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList 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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 participateDate: 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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 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 recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial 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 VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:29/05/2018