Nos complace anunciar que la nueva versión del portal TED se desplegará el 29 de enero de 2024 (fecha indicativa aún por confirmar). ¿Le interesa descubrir las nuevas funcionalidades, mejoras y repercusiones para los usuarios? Le invitamos a visitar nuestro artículo y a encontrar más información sobre los principales cambios y nuevas funcionalidades.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Está abierta la inscripción a nuestro cuarto taller para reutilizadores de datos de TED el 14 de diciembre de 2023

Servicios - 424503-2015

Mostrar versión reducida

03/12/2015    S234

Denmark-Copenhagen: Provision of strategic communication services for the European Environment Agency

2015/S 234-424503

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: EEA Procurement Services
Postal address: Kongens Nytorv 6
Town: Copenhagen K
Postal code: 1050
Country: Denmark
For the attention of: Bitten Serena
E-mail: procurement@eea.europa.eu
Telephone: +45 33367138
Fax: +45 33367199

Internet address(es):

General address of the contracting authority: http://www.eea.europa.eu

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1187

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of strategic communication services for the European Environment Agency.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: At the contractor's premises. Occasionally, services may be required to be performed at the EEA premises in Copenhagen, notwithstanding that the contractor may be required on an ad hoc basis to travel to other locations.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 400 000 EUR
II.1.5)Short description of the contract or purchase(s)
An important element of the European Environment Agency's (EEA's) mandate is to make the environmental information it produces known, available and easily understandable to potential users.
The EEA has formulated a ‘Communication framework’ which outlines how the Agency's communication activities are to support the EEA's multiannual work programme (MAWP), covering the years 2014–2018.
The communication framework attempts to operationalise these objectives and aims to refine the content and improve the accessibility, availability and use of environmental information provided by the EEA. This is done by formulating ‘key narratives’, defining (in broad terms) key target groups and listing priority work areas. In carrying out its communication activities, the EEA regularly supplements internal resources with the capacities and specialised competence of external service providers — also in the area of strategic communication.
II.1.6)Common procurement vocabulary (CPV)

79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79400000 Business and management consultancy and related services, 79416200 Public relations consultancy services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The total value of the contract is estimated at 400 000 EUR over a maximum period of 48 months covering all services. The contract will be concluded for an initial period of 24 months with the possibility of a maximum of 1 renewal for a period of 24 months.
Estimated value excluding VAT: 400 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As specified in the draft framework contract attached as Annex 6 to the tender specifications.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As specified in Section 5 of the tender specifications and in the draft framework contract attached as Annex 6 thereto.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Tenders may be submitted by consortia of economic operators. If a consortium is awarded the contract, it may be required to adopt a given legal form before the contract is signed if this change is necessary for proper performance of the contract. This can take the form of an entity with or without legal personality but offering sufficient protection to the EEA's contractual interests (depending on the member country concerned, this may be for instance, incorporation or partnership or a temporary association). Consortia must identify one of their members as coordinator who will interface with the EEA. Each member of a consortium must fulfil the conditions for participation specified under Section III.2.1 below.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As specified in Sections 11.1 and 11.2.1 of Annex I, tender specifications.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified in Section 11.2.2 of Annex I, tender specifications.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As specified in Section 11.2.3 of Annex I, tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EEA/COM/15/008.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
15.1.2016 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 26.1.2016 - 10:00

Place:

EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, DENMARK.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform EEA's procurement services in advance and at the latest by 22.1.2016 (10:00) by e-mail at procurement@eea.europa.eu or by fax number +45 33367199.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Tenderers can download the tender documents and any additional information from the e-tendering website: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1187

This website will be updated regularly and it is the tenderer's responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court
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

Body responsible for mediation procedures

Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: eo@ombudsman.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff (date of receipt), or, in the absence thereof, of the day on which the person concerned had knowledge of the relevant information, an appeal may be lodged with the General Court. A complaint to the European Ombudsman has no impact on the above deadline for lodging an appeal.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court
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.5)Date of dispatch of this notice:
23.11.2015