Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Insurance and Occupational Pensions Authority
Postal address: Westhafen Tower Westhafenplatz 1
Town: Frankfurt am Main
NUTS code:
DE712 Frankfurt am Main, Kreisfreie StadtPostal code: 60327
Country: Germany
E-mail:
COMM-AV-EQUIPMENT-TENDER@ec.europa.euInternet address(es): Main address:
www.eiopa.europa.eu I.1)Name and addressesOfficial name: Shift2Rail Joint Undertaking
Postal address: White Atrium building, 2nd Floor Avenue de la Toison d’Or 56-60
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: B-1060
Country: Belgium
E-mail:
COMM-AV-EQUIPMENT-TENDER@ec.europa.euInternet address(es): Main address:
https://shift2rail.org/ I.1)Name and addressesOfficial name: Single Resolution Board
Postal address: Treurenberg 22
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: B-1049
Country: Belgium
E-mail:
COMM-AV-EQUIPMENT-TENDER@ec.europa.euInternet address(es): Main address:
https://srb.europa.eu/ I.2)Information about joint procurementThe contract involves joint procurement
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 Professional Audio, Video and Photographic Equipment and Accessories and Services Related to this Equipment
Reference number: COMM/2019/OP/0018
II.1.2)Main CPV code32000000 Radio, television, communication, telecommunication and related equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
The objective of this inter-institutional framework contract is to provide professional audio, video and photographic equipment, accessories and services related to this equipment such as installation, commissioning, training and maintenance.
II.1.5)Estimated total valueValue excluding VAT: 15 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)32000000 Radio, television, communication, telecommunication and related equipment
38650000 Photographic equipment
48000000 Software package and information systems
50340000 Repair and maintenance services of audio-visual and optical equipment
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:
Rue de la Loi 56 (L-56), Wetstraat 56,B -1049 Brussels, BE.
II.2.4)Description of the procurement:
Provision of professional audio, video and photographic equipment and accessories, and services related to this equipment.
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: 15 000 000.00 EUR
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
See internet address provided in Section I.3).
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).
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 28/08/2019
Local time: 15:00
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, Czech, Danish, German, Greek, 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)
IV.2.7)Conditions for opening of tendersDate: 30/08/2019
Local time: 10:00
Place:
European Commission, Directorate-General Communication, Berlaymont building, rue de la Loi 200, B-1049 Brussels.
Information about authorised persons and opening procedure:
2 representatives per tenderer.
Please send the names, titles, Identity card no, Identity card validity date and nationality to the email address reported under Section I.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
All documentation of this call for tenders, including any additional information during the procedure is published at the following internet address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5111
Tenderers should consult this site regularly, as additional information may be published at any time during the procedure.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.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:03/07/2019