Services - 352339-2018

11/08/2018    S154

Luxembourg-Luxembourg: Upgrade project and operation, support and maintenance services of the Multiservice Information and Display System for MEPs (SMIAP) in the European Parliament chambers

2018/S 154-352339

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament
Postal address: DG ITEC-ESIO-INFRAMGMT, plateau du Kirchberg
Town: Luxembourg
NUTS code: LU000 Luxembourg
Postal code: 2929
Country: Luxembourg
Contact person: Head of Unit INFRAMGMT, KAD 05E013
E-mail: CFT-SMIAPII@ep.europa.eu
Internet address(es):
Main address: www.europarl.europa.eu
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=3801
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Parliament
Postal address: KAD Building, Room 00D001
Town: Luxembourg
Postal code: 2929
Country: Luxembourg
E-mail: CFT-SMIAPII@ep.europa.eu
NUTS code: LU000 Luxembourg
Internet address(es):
Main address: www.europarl.europa.eu
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:

Upgrade project and operation, support and maintenance services of the Multiservice Information and Display System for MEPs (SMIAP) in the European Parliament chambers

Reference number: SMIAP-II
II.1.2)Main CPV code
51314000 Installation services of video equipment
II.1.3)Type of contract
Services
II.1.4)Short description:

The European Parliament is planning to award a public contract for the upgrade, the maintenance and the operation of the Multiservice Information and Display System for MEPs (SMIAP) in its chambers.

The prime objective for such systems is the distribution, by means of large, high-quality, wall-mounted screens, of the information needed to run the European Parliament plenary session meetings as well as other meetings taking place in the chambers. The scope of the contract shall comprise the supply, installation, commissioning, operation, support and maintenance of audiovisual and computer equipment in each of the two chambers of the European Parliament (the first being located in Brussels, the second in Strasbourg).

The duration of the framework contract is of 11 years.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
32322000 Multimedia equipment
72514100 Facilities management services involving computer operation
32321200 Audio-visual equipment
32323100 Colour video monitors
72611000 Technical computer support services
32321300 Audio-visual materials
51314000 Installation services of video equipment
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: FRF11 Bas-Rhin
Main site or place of performance:

In the two chambers of the European Parliament, one being located in Brussels, the other in Strasbourg.

II.2.4)Description of the procurement:

Cf. Call for Tenders documents.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 132
This contract is subject to renewal: no
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:

Cf. Call for Tenders documents.

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.2.2)Contract performance conditions:

Cf. Call for Tenders documents.

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:

The systems to be deployed consist of expensive and robust equipment. Their expected lifetime is around 10 years, and the complexity of operating them justifies yearly operations and maintenance services spanning their lifecycle. The hand-over of such operations and maintenance services from one contractor to another would be very risky for the proper holding of Chamber meetings and votes.

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: 12/10/2018
Local time: 10:00
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, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 19/10/2018
Local time: 10:00
Place:

European Parliament

KAD Building, reception area

L-2929 Luxembourg

Information about authorised persons and opening procedure:

Tenderers are asked to notify the department responsible for managing this procurement procedure, no later than two working days before the tender opening date, by e-mail at CFT-SMIAPII@ep.europa.eu. Only 1 representative may attend. The names of the persons attending the opening of the tenders must be given in the notification.

Cf. full details in the "Conditions for submitting an offer".

Section VI: Complementary information

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

The European Parliament will organise mandatory site visits to its sites in Brussels and Strasbourg.

Please see the document ‘Conditions for submitting a tender’ for all details regarding the site visits.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the Court of Justice 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.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in section I.3.

VI.5)Date of dispatch of this notice:
06/08/2018