Venue, catering, technical equipment, branding and logistics for the ECSEL Joint Undertaking symposium 2018.
Section I: Contracting authority
I.1) Name and addresses
- Official name
- ECSEL Joint Undertaking
- National registration number
- -
- Postal address
- Toison d'Or 56–60
- Town
- Brussels
- Postal code
- 1060
- NUTS code
- BE100 - Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
- Country
- BELGIQUE-BELGIË
- Contact person
- Luciano Gaudio
- Telephone
- -
- [email protected]
- Fax
- -
Internet address(es)
Main address: http://www.ecsel.eu
Address of the buyer profile: -
I.2) Joint procurement
The contract involves joint procurement: no
In the case of joint procurement involving different countries, state applicable national procurement law: -
The contract is awarded by a central purchasing body: no
I.3) Communication
Additional information can be obtained from
- Official name
- -
- National registration number
- -
- Postal address
- -
- Town
- -
- Postal code
- -
- NUTS code
- -
- Country
- -
- Contact person
- -
- Telephone
- -
- -
- Fax
- -
- Main address
- -
- Address of the buyer profile
- -
Access to the procurement documents is restricted. Further information can be obtained at: http://www.ecsel.eu/procurements
Tenders or requests to participate must be submitted
- Official name
- -
- National registration number
- -
- Postal address
- -
- Town
- -
- Postal code
- -
- NUTS code
- -
- Country
- -
- Contact person
- -
- Telephone
- -
- -
- Fax
- -
- Main address
- -
- Address of the buyer profile
- -
electronically via: -
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: -
I.4) Type of the contracting authority
European institution/agency or international organisation
I.5) Main activity
Other activity: Electronics research.
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Venue, catering, technical equipment, branding and logistics for the ECSEL Joint Undertaking symposium 2018.
Reference number: -
II.1.2) Main CPV code
Main CPV code: 79952000 - Event services
Supplementary CPV code: -
II.1.3) Type of contract
Services
II.1.4) Short description
The ECSEL Joint Undertaking will invite European industry and research communities, together with decision-makers to present and assess, over the years, progress of the projects funded by the ECSEL Joint Undertaking programme in relation to international developments in the electronics components and systems (ECS) field, and this to a broad audience (including press and other publicly visible instruments). The symposium is also an important communication channel to ensure transparency and openness of the ECSEL Joint Undertaking programme.
II.1.5) Estimated total value
Value excluding VAT: 200.000,00
Currency: EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title
-
Lot No: -
II.2.2) Additional CPV code(s)
Main CPV code: -
Supplementary CPV code: -
II.2.3) Place of performance
NUTS code: BE100 - Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance: -
II.2.4) Description of the procurement
The symposium will have an average of 350 participants per day. This number should be the reference number for total price calculation of catering services. However, ECSEL Joint Undertaking will confirm the exact number prior to the event according to a mutually agreed deadline between the provider and ECSEL Joint Undertaking Office.
Services requested:
I. venue — spaces, furniture and technical equipment:
1) plenary session of the symposium;
2) welcome desk and cloak room;
3) exhibition/catering area;
4) press breakfast;
5) additional meeting rooms;
6) ECSEL Joint Undertaking staff room;
7) WiFi;
II. catering:
a. for 350 people (2 days of the symposium);
b. press breakfast for 20 people (second day of the symposium);
c. for 30 people — VIP dinner (night before the symposium);
d. for the social events;
III. technical team and event coordination services;
IV. stewardesses and cloak room attendant;
V. registration and badge;
VI. photographer and videographer;
VII. animation/entertainment;
VIII. decoration;
IX. lighting;
X. branding;
XI. social event and animation/entertainment.
II.2.5) Award criteria
Criteria below
II.2.6) Estimated value
Value excluding VAT: 200.000,00
Currency: EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 8
This contract is subject to renewal: no
Description of renewals: -
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates: -
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
Description of options: -
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
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 registers
List and brief description of selection criteria:-
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents: no
List and brief description of selection criteria:-
Minimum level(s) of standards possibly required:-
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents: no
List and brief description of selection criteria:-
Minimum level(s) of standards possibly required:-
III.1.5 Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: no
The execution of the contract is restricted to the framework of sheltered employment programmes: no
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession: -
Reference to the relevant law, regulation or administrative provision: -
III.2.2) Contract performance conditions
-
III.2.2) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: no
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: no
In the case of framework agreements, provide justification for any duration exceeding 4 years: -
The procurement involves the setting up of a dynamic purchasing system: no
The dynamic purchasing system might be used by additional purchasers: no
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations: no
IV.1.6) Information about electronic auction
An electronic auction will be used: no
Additional information about electronic auction: -
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S: -
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03-01-2018
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
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8
IV.2.7) Conditions for opening of tenders
Date: 08-01-2018
Local time: 14:00
Place: ECSEL Joint Undertaking, avenue Toison d'Or 56–60, 1060 Brussels, BELGIUM.
Information about authorised persons and opening procedure: A maximum of 2 representatives per tender can attend the opening of tenders. For organisational and security reasons, the tenderer must provide the full name and ID or passport number of the representatives at least 3 working days in advance to [email protected]
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
Estimated timing for further notices to be published: -
VI.2) Information about electronic workflows
Electronic ordering will be used: no
Electronic invoicing will be accepted: no
Electronic payment will be used: no
VI.3) Additional information
-
VI.4) Procedures for review
VI.4.1) Review body
- Official name
- General Court of the European Union
- Postal address
- rue du Fort Niedergrünewald
- Town
- Luxembourg
- Postal code
- 2925
- Country
- LUXEMBOURG
- Telephone
- +352 4303-1
- [email protected]
- Fax
- +352 4303-2100
- Internet address
- http://curia.europa.eu
VI.4.2) Body responsible for mediation procedures
- Official name
- -
- Postal address
- -
- Town
- -
- Postal code
- -
- Country
- -
- Telephone
- -
- -
- Fax
- -
- Internet address
- -
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: -
VI.4.4) Service from which information about the review procedure may be obtained
- Official name
- -
- Postal address
- -
- Town
- -
- Postal code
- -
- Country
- -
- Telephone
- -
- -
- Fax
- -
- Internet address
- -
VI.4.5) Date of dispatch of this notice
18-10-2017