Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from 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 services related to the implementation of training and related tasks as part of the educational programme ‘Ambassadors' School for the European Parliament’
Reference number: BER/COMM/AWD/2020/55
II.1.2)Main CPV code80200000 Secondary education services
II.1.3)Type of contractServices
II.1.4)Short description:
Through this invitation to tender, the Liaison Office of the European Parliament in Germany is aiming to find a service provider to support it in the implementation of the ‘Ambassador School for the European Parliament’ education programme. Primarily, this will include the organisation and implementation of regional conferences in the five regions of Germany, each involving the participation of 80 to 100 teachers and pupils. The contract also includes the support of schools in the certification process and the supervision of the certified schools, e.g. by maintaining a network via a blog and other similar activities. The settlement of travel expenses of the schools participating in the regional conferences is also part of the cooperation. For further details please refer to the tender documents.
II.1.5)Estimated total valueValue excluding VAT: 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: DE DEUTSCHLAND
II.2.4)Description of the procurement: 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: 300 000.00 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:
The contract is automatically renewed for additional periods of one year at a time, up to a maximum of four years from the date of entry into force of the contract, unless one of the parties opposes it by registered letter at least one month before the expiry of the initial term, or each annual renewal.
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.2.2)Contract performance conditions: 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: 18/09/2020
Local time: 23:59
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 23/09/2020
Local time: 15:00
Place:
European Parliament – Verbindungsbüro in Deutschland
Unter den Linden 78
10117 Berlin
GERMANY
Information about authorised persons and opening procedure:
Tenderers wishing to participate in the opening of tenders are requested to inform the department responsible for the management of this contract by e-mail to the following address: tender-epberlin@ep.europa.eu at least two working days before the date of opening of the tenders. Only two representatives may attend.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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, BP 403
Town: Strasbourg
Postal code: 67001
Country: France
Internet address:
https://www.ombudsman.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:04/08/2020