Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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 Interpretation Services
Reference number: CEPOL/PR/OP/2021/005
II.1.2)Main CPV code79540000 Interpretation services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this procurement procedure is to conclude a framework contract in cascade for the provision of ‘Interpretation services for CEPOL’ for the events (meetings, workshops, training and courses) taking place either online, or in EU Member States or in any of the beneficiaries of the CEPOL projects.
CEPOL will require qualified experienced interpreters, technicians and interpretation equipment. Interpretation equipment may include: interpretation booths, sound system, microphones, headsets and technician(s).
II.1.5)Estimated total valueValue excluding VAT: 1 270 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: HU Magyarország
Main site or place of performance:
The services will be provided:
1. online,
2. in EU Member States,
3. in beneficiary countries of EU Capacity Building projects managed by CEPOL.
See internet address provided in Section I.3).
II.2.4)Description of the procurement:
See internet 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: 1 270 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
See internet address provided in Section I.3).
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:
The procurement is partly related to projects implemented by CEPOL under different instruments, currently including CT Inflow - financed under the Instrument contributing to Stability and Peace-, Euromed Police and Topcop - financed under the European Neighbourhood Instrument - and WB Pact - financed under the Instrument for Pre-Accession Assistance.
II.2.14)Additional information
See internet address provided in Section I.3).
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 internet address provided in Section I.3).
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: 3
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: 10/01/2022
Local time: 10:30
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 11/01/2022
Local time: 10:30
Place:
CEPOL's headquarters located in Ó utca 27., 1066 Budapest, HUNGARY or online.
Information about authorised persons and opening procedure:
See internet address provided in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
See internet address provided in Section I.3).
In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3).
VI.5)Date of dispatch of this notice:12/11/2021