Legal Basis:
Directive 2014/24/EU
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:
Provision of transmission services.
Reference number: PO/2016-15/A4.
II.1.2)Main CPV code64228100 Television broadcast transmission services
II.1.3)Type of contractServices
II.1.4)Short description:
The requirement is for the supply of transmission services for the information programmes of the European Union.
In view of the services to be provided, the contract is divided into 2 lots, as follows:
— lot I: provision of technical infrastructure necessary for the transmission of high definition television services via satellite,
— lot II: supply of bi-directional video links and provision of services for ad hoc transmissions of audiovisual material.
II.1.5)Estimated total valueValue excluding VAT: 4 100 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Provision of technical infrastructure necessary for the transmission of high definition television services via satellite
Lot No: 1
II.2.2)Additional CPV code(s)64228100 Television broadcast transmission services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
II.2.4)Description of the procurement:
There are 2 aspects of this service:
— lot I(a): the main EbS and EbS+ services that operate permanently,
— lot I(b): an emergency infrastructure that will be activated during a crisis involving the European Commission's headquarters.
These services will give rise to the conclusion of a direct service contract.
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: 3 500 000.00 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:
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 II.2)Description
II.2.1)Title:
Supply of bi-directional video links and provision of services for ad hoc transmissions of audiovisual material
Lot No: 2
II.2.2)Additional CPV code(s)64228100 Television broadcast transmission services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
II.2.4)Description of the procurement:
Supply of bi-directional video links and provision of services for ad hoc transmissions of audiovisual material.
This service will give rise to the conclusion of a framework contract for services.
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: 600 000.00 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:
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:
See Internet address provided in Section I.3.
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.2.2)Contract performance conditions:
See Internet address provided in Section I.3.
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 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 09/11/2016
Local time: 17:00
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, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish, Irish
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)
IV.2.7)Conditions for opening of tendersDate: 16/11/2016
Local time: 10:00
Place:
European Commission, Directorate-General for Communication, Unit A4, Audiovisual Services, meeting room Aquarium 7, Berlaymont -1, rue de la Loi 200, 1049 Brussels, BELGIUM.
Information about authorised persons and opening procedure:
Tenderers and the representatives of the European Commission.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Telephone: +333 88172313
Fax: +333 88179062
Internet address:
http://www.ombudsman.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:09/09/2016