Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Service Contract - Ecosystem Support for Copernicus and the EU space policy — No 712/PP/2018/FC
II.1.2)Main CPV code79416000 Public relations services
II.1.3)Type of contractServices
II.1.4)Short description:
The object of the present call for tender is to conclude a Framework Service Contract for activities aiming to strengthen the use and uptake of Copernicus data and information. A limited number of tasks may be requested in respect to promoting the implementation of the Space Strategy for Europe and other related space programmes (e.g. Galileo, Horizon 2020 – Space and follow-on R&I framework programme – space part; Space Surveillance and Tracking (SST); Govsatcom) and defense.
II.1.5)Estimated total valueValue excluding VAT: 33 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
II.2)Description
II.2.2)Additional CPV code(s)79416000 Public relations services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises.
II.2.4)Description of the procurement:
See call for tender, via the address provided in Section I.3.
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: 12 000 000.00 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: yes
Identification of the project:
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Studies and other consultancy tasks
Lot No: 2
II.2.2)Additional CPV code(s)79419000 Evaluation consultancy services
79410000 Business and management consultancy services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises.
II.2.4)Description of the procurement:
See call for tender, via the address provided in Section I.3.
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: 6 000 000.00 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: yes
Identification of the project:
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Support to start-ups and business
Lot No: 3
II.2.2)Additional CPV code(s)79410000 Business and management consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises.
II.2.4)Description of the procurement:
See call for tender, via the address provided in Section I.3.
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: 8 000 000.00 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: yes
Identification of the project:
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)79416000 Public relations services
80000000 Education and training services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:
The place of performance of the tasks shall be the contractor's premises or any other place indicated in the tender, with the exception of the Commission's premises.
II.2.4)Description of the procurement:
See call for tender, via the address provided in Section I.3.
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: 7 000 000.00 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: yes
Identification of the project:
II.2.14)Additional information
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.2.2)Contract performance conditions:
See procurement documents
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 several operators
Envisaged maximum number of participants to the framework agreement: 16
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: 01/11/2018
Local time: 12:00
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 tenderDuration in months: 8 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/11/2018
Local time: 12:00
Place:
European Commission
Directorate-General for Internal Market, Industry, Entrepreneurship and SMEs
Space Data for Societal Challenges and Growth (I3)
Office address: BREY 9/162, Oudergemselaan/Avenue d'Auderghem no.45, 1049
Information about authorised persons and opening procedure:
See Internet address provided in Section I.3