Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 001-000049/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU Institutions
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: European Parliament, Directorate-General for Communication, EP Information Office in the United Kingdom
Postal address: Europe House, 32 Smith Square
Town: London
Postal code: SW1P 3EU
Country: United Kingdom
Email: Tender-EPLondon@ep.europa.eu
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
European institution/agency or international organisation
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of television and radio services on the European Parliament for British broadcasters.
Reference number: COMM/DG/AWD/2016/1213.
II.1.2) Main CPV code: 92200000
II.1.3) Type of contract: Services
II.1.4) Short Description: Under the contract, the European Parliament will purchase audiovisual services for the production of broadcast-quality TV and radio material concerning topics of relevance to the European Union and the activities of the European Parliament and consistent with UK news editors’ priorities and interests. Particular attention will be paid to highlighting the role of the European Parliament in the negotiations of the process of exiting of the European Union by the United Kingdom.
II.1.5) Estimated total value:
Value excluding VAT: 880000.00 Currency: EUR
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: BE1, FR42, UK
Main site or place of performance:
Brussels, Strasbourg, United Kingdom.
II.2.4) Description of the procurement:
Prior to production:
— research the priorities and interests of UK news editors and political correspondents,
— liaise with the UK Office’s Press Officer in London and with Parliament’s press services in Brussels and in Strasbourg,
— liaise with press officers in all of the European Parliament’s political groups,
— agree with the UK Office a schedule of service for the next production week based on the activities of the European Parliament, and also providing for last-minute developments or suggestions.
Production:
— attend Parliament sessions in Strasbourg, and Parliament sessions and committee weeks in Brussels (see 3.5 below),
— conduct TV and radio interviews, radio atmos and produce supporting footage and/or edit ready-to-broadcast radio and television packages, which reflect the priorities and interests of editors and political correspondents which highlight the role in the UK’s EU exit negotiations played by the European Parliament and its Members, as identified in pre-production research.
Promotion:
— develop appropriate contacts with all UK broadcasting organisations, including regional, local and independent television and radio news editors and new and online media, with the purpose of:
o informing broadcasters of the agenda in the Parliament and its committees for the forthcoming weeks and months with a view to enabling short-term and long-term planning,
o promoting the television and radio service and footage and recordings on offer to broadcasters,
o suggesting packages or interviews that may be of interest to broadcasters,
— design a promotion strategy with a view to ensuring that a least one third of the total number of packages produced are effectively broadcast in each invoicing period. The strategy will be reviewed and adjusted as necessary at contract management meetings with the UK Office.
Delivery of products:
— supply in a timely manner the interviews, footage and/or television and radio packages to broadcasters in appropriate quality for broadcast, the Internet or for new media,
— maintain throughout the life of the contract a permanent archive of all production footage and radio packages produced, including all original shootings, recordings and corresponding metadata:
o the contractor will be given guidelines by the European Parliament regarding the summary of content and metadata required, and will abide by these guidelines,
o an online inventory of the archive will be made available to users designated by the UK Office,
o the frequency, extent, format and all relevant technical details of the archive will be agreed between the contractor, the European Parliament’s Audiovisual Unit and the UK Office,
— provide on request the European Parliament’s relevant departments with production material in appropriate format for broadcast, online media or new media.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 880000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewalyes Description of renewals:The contract is subject to tacit renewal on an annual basis, but its duration may not exceed 4 years from the date of its entry into force. Any renewal of the contract shall take place in accordance with the terms laid down in the contract.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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 registers
List and brief description of conditions:See draft specifications:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: See draft contract:
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The 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 participate
Date: 2017-02-03 Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:BG, CS, DA, DE, EL, EN, ES, ET, FI, FR, GA, HR, HU, IT, LT, LV, MT, NL, PL, PT, RO, SK, SL, SV
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-02-13 Local time: 11:00 Place:European Parliament Information Office in the United Kingdom, Europe House, 32 Smith Square, London, SW1P 3EU, UNITED KINGDOM.
Information about authorised persons and opening procedure:Tenderers wishing to attend the opening of the tenders should notify the department responsible no later than 2 working days before the tender opening date, by e-mail at Tender-EPLondon@ep.europa.eu Only 2 representatives may attend. Tenderers failing to give notification will automatically be refused access to the opening. The names of the persons attending the opening of the tenders must be given in the notification.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: Court of Justice of European Union (CJEU)
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Internet address:
VI.4.2) Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Internet address:
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Court of Justice of European Union (CJEU)
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Internet address:
VI.5) Date of dispatch of this notice:2016-12-22