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:
Operation, maintenance and upgrade of the Press Room of the European Parliament in Strasbourg
Reference number: COMM/AWD/2018/588
II.1.2)Main CPV code50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
II.1.3)Type of contractServices
II.1.4)Short description:
The European Parliament's press room (EP press room) in Strasbourg is a working area for journalists providing 226 work positions with specific equipment. It forms part of a suite of rooms used for journalists' activities, located on levels 0 (92 work positions) and -1 (134 work positions) in the North section of the Louise Weiss (LOW) building in Strasbourg. The complex consists of 2 work rooms with a press service helpdesk on the 0 level, a journalist support helpdesk at the -1 level, a meeting room on each floor, some small isolated conversation corners, offices for press agencies on the -1 level of the tower area of the LOW building and operation rooms.
Certain functionalities of the press room are managed by an external contractor. Hereinafter this operator is referred to as “the Contractor”.
The contractor will be responsible for:
— managing and operating the technical systems installed,
— supplying services that Parliament provides for journalists,
— ensuring that all technical systems function smoothly overall.
II.1.5)Estimated total valueValue excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)50312300 Maintenance and repair of data network equipment
50324100 System maintenance services
II.2.3)Place of performanceNUTS code: FR FRANCE
II.2.4)Description of the procurement:
The contractor will be required to provide the following services:
— assistance to journalists in matters relating to the use of tools and services made available to them by the European Parliament, on the use/configuration of journalists' own devices on the press networks, with local audio recording,
— assuring the follow-up of supplies for printing services,
— technical management and monitoring of working positions with their connectivity, press networks and servers,
— distribution of video (with audio) feeds to the journalists' work positions and meeting rooms,
— dispatching incidents to concerned EP helpdesks and generating reports regarding the press room's use,
— assuring the preventive and corrective maintenance of the press networks and the equipment of the press related rooms, applying improvements - where possible - and advising the EP staff on future evolutions.
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: 1 000 000.00 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:
Duration of the contract is 12 months, renewable 3 times with a maximum total duration of 4 years.
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:
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 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 01/10/2018
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, 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: 08/10/2018
Local time: 10:00
Place:
Information about authorised persons and opening procedure:
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
Town: Strasbourg
Postal code: F-67001 Cedex
Country: France
Internet address:
http://www.ombudsman.europa.eu VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:07/08/2018