Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Interpretation
Postal address: VM18 — 1/019
Town: Brussels
Postal code: 1040
Country: Belgium
For the attention of: Mr Jose Manuel Bastos
E-mail: scic-fwc-confpromo@ec.europa.eu
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/scic/index_en.htm
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:
Supply of customised promotional products.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
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 several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in months: 12
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 500 000 EUR
II.1.5)Short description of the contract or purchase(s)
Supply of customised promotional products:
The European Commission, represented by the Directorate-General for Interpretation (hereinafter referred to as ‘DG Interpretation’) is planning to award multiple framework contracts in cascade for the provision of customised promotional products, often branded with a logo, to be offered to participants or the public at large during meetings, conferences and other EU-targeted information campaigns.
II.1.6)Common procurement vocabulary (CPV)18000000 Clothing, footwear, luggage articles and accessories, 19000000 Leather and textile fabrics, plastic and rubber materials, 22000000 Printed matter and related products, 31400000 Accumulators, primary cells and primary batteries, 30162000 Smart cards, 30234600 Flash memory
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
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:
The scope of the contract is the provision of customised promotional products.
Estimated value excluding VAT: 1 500 000 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: 12 (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:
Any order form shall be subject of 1 single invoice, unless another agreement is made on a reasoned and case-by-case basis between the parties. In principle this is possible only if, upon request of the contracting authority it is essential to have the ordered supplies delivered in more than 1 instalment with more than 1 month between the partial deliveries (see Article I.4.4 of the contract).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to point 2.5 ‘Joint tenders’ in the tendering specifications.
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 registersInformation and formalities necessary for evaluating if the requirements are met: To be eligible, the tenderers must demonstrate that they fulfil the criteria defined in the tendering specifications (points 1.2 ‘Participation’ and 4.2 ‘Exclusion criteria’).
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: To be eligible, the tenderers must demonstrate that they fulfil the selection criteria defined in the tendering specifications (point 4.3.1 ‘Economic and financial capacity’).
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
To be eligible, the tenderers must demonstrate that they fulfil the selection criteria defined in the tendering specifications (point 4.3.2 ‘Technical and professional capacity’).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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:
SCIC/S6/2015/FWC/01.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate11.9.2015 - 16:00
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: 18.9.2015
Place:
Directorate-General for Interpretation, rue Van Maerlant 18, 1040 Brussels, BELGIUM (metro station: Maelbeek/Maalbeek).
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: For practical reasons, tenderers are requested to inform DG Interpretation by e-mail (scic-fwc-confpromo@ec.europa.eu) of their wish to attend the opening no later than 1 week before the opening date.
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
The tender documentation is available to all tenderers, on DG Interpretation's web page at:
http://ec.europa.eu/dgs/scic/procurement/procurement_en.htm
At the request of the tenderer, DG Interpretation may provide additional information solely for the purpose of clarifying the nature of the contract.
— Any requests for additional information must be made exclusively in writing to the following functional mailbox: scic-fwc-confpromo@ec.europa.eu
— Requests for additional information received less than 5 working days before the closing date for submission of tenders will not be processed.
— The Commission will, on its own initiative, inform all interested parties of any error, inaccuracy, omission or any other clerical error in the text of the call for tenders, as well as additional information requested by any potential tenderers.
It is the tenderers' responsibility to regularly check for updates and modifications during the tendering period.
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
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, PO Box 403
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://ombudsman.europa.eu
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it became known. A complaint to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:10.7.2015