Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional 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 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:
Maintenance of Audio Video and Conference Facilities
Reference number: UCA 21/017
II.1.2)Main CPV code50340000 Repair and maintenance services of audio-visual and optical equipment
II.1.3)Type of contractServices
II.1.4)Short description:
Services for the preventive, corrective and evolutive maintenance of audio video and conference facilities.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)50342000 Repair and maintenance services of audio equipment
50343000 Repair and maintenance services of video equipment
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
The framework contract will provide the AV&C (Audio Video and Conference) department of the General Secretariat of the Council with:
• preventive and corrective maintenance of audio-interpretation, multimedia and video equipment, IT equipment and installations;
• operational and technical assistance to the GSC;
• supplies of AV&C material.
The contract will cover the buildings of the General Secretariat of the Council in Brussels (Europa (EB), Justus Lipsius (JL) and Lex) where there are around 50 meeting rooms with audio/interpretation/ multimedia facilities of different sizes and complexity.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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
The estimated volume of services/supplies is set out in the tender specifications.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureRestricted 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 30/07/2021
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
For a period of 3 years after the conclusion of the initial contract, the Secretariat may use a negotiated procedure with the economic operator awarded this contract, without prior publication of a contract notice for new services consisting in the repetition of similar services provided that these services works conform to the basic project described in II.1.4).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff an appeal has to be lodged with the General Court. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals. Time limits are extended on account of distance by a fixed period of 10 days regardless of the place of establishment or habitual residence of the person concerned.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:22/06/2021