Services - 283872-2018

03/07/2018    S125

Romania-Bucharest: Management of the European Public Space in Romania — PO/2018-12/BUC

2018/S 125-283872

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General Communication, EC Representation in Romania
Postal address: 31 Vasile Lascăr
Town: Bucharest
NUTS code: RO321 Bucureşti
Postal code: 00187
Country: Romania
Contact person: Mrs. Corina Schwartz
E-mail: COMM-REP-BUH-TENDERS-OPER@ec.europa.eu
Telephone: +40 212035400
Internet address(es):
Main address: http://ec.europa.eu/dgs/communication/index_en.htm
Address of the buyer profile: http://ec.europa.eu/dgs/communication/contracts-and-grants/contracts/headquarters/index_en.htm
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=3757
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:

Management of the European Public Space in Romania — PO/2018-12/BUC

Reference number: PO/2018-12/BUC
II.1.2)Main CPV code
80000000 Education and training services
II.1.3)Type of contract
Services
II.1.4)Short description:

The European Commission Representation in Bucharest (hereinafter referred to as "the Representation“) and the European Parliament's Liaison Office in Bucharest (hereinafter referred to as "the EPLO“) seek a service provider to manage the European Public Space (hereinafter referred to as "the EPS": https://ec.europa.eu/romania/services/european_public_space_ro

The EPS in Bucharest is part of the network of European Public Space in the Member States of the European Union (EU) that establish direct contact with the general public by opening the doors of the EU House to all citizens and residents in Bucharest inviting them to participate regularly in organised cultural and political events and activities on EU topics to boost debate about European issues. The EPS organises training and education activities, and also provides information, publications and other material as well as access to EU-related information sources to anyone with an interest in EU affairs.

II.1.5)Estimated total value
Value excluding VAT: 276 800.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performance
NUTS code: IT ITALIA
NUTS code: RO321 Bucureşti
Main site or place of performance:

Bucharest, Romania

II.2.4)Description of the procurement:

Details are available in the Tender Specifications

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: 69 200.00 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 times renewed

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:

According to the Tender Specifications

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
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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
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: 10/08/2018
Local time: 16:00
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: 17/08/2018
Local time: 11:00
Place:

See I.1.

Information about authorised persons and opening procedure:

Maximum 2 representatives per tenderer and representatives of the contracting authorities.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Tenderers are invited to check regularly the URL: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3757 for possible updates, clarifications and questions/answers.

You may submit any observations concerning the procurement procedure to the contracting authority using the contact means under Section I. If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within two years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu).

Within two months of notice of the award decision, you may launch an action for annulment of the award decision. Any request you may make and any reply from us, or any complaint for maladministration, will have neither the purpose nor the effect of suspending the time-limit for launching an action for annulment or to open a new period for launching an action for annulment. The body responsible for hearing annulment procedures is indicated in Section VI.4.1.

The services will be the subject of a Direct Contract. The annual price payable under this contract, including reimbursement of expenses, and excluding VAT and price revision is EUR 69 200,00.

The total value over four years is 276 800,00 EUR .

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Brussels
Country: Belgium
Internet address: http://www.ombudsman.europa.eu
VI.5)Date of dispatch of this notice:
25/06/2018