TECHNICAL SPECIFICATIONS AND SELECTION PROCEDURE FOR THE IMPLEMENTING BODY OF THE INFORMATION AND PROMOTION PROGRAM FOR AGRICULTURAL PRODUCTS IN THE INTERNAL MARKET TARGET COUNTRIES: GERMANY, FRANCE, AND SWEDEN

Selection, through an Open Competitive Procedure, of an Implementing Body responsible for carrying out actions (activities/initiatives) aimed at achieving the objectives set within the Program submitted under EU Regulation No. 1144/2014 of the European Parliament and the Council – Call 2025. The program will take place in France, Sweden, and …

CPV: 79342000 Marketingové služby, 66171000 Finanční poradenství
Místo provedení:
TECHNICAL SPECIFICATIONS AND SELECTION PROCEDURE FOR THE IMPLEMENTING BODY OF THE INFORMATION AND PROMOTION PROGRAM FOR AGRICULTURAL PRODUCTS IN THE INTERNAL MARKET TARGET COUNTRIES: GERMANY, FRANCE, AND SWEDEN
Misto zadání:
ENTE TUTELA VINI DI ROMAGNA OVVERO CONSORZIO VINI DI ROMAGNA
Číslo zakázky:

1. Buyer

1.1 Buyer

Official name : ENTE TUTELA VINI DI ROMAGNA OVVERO CONSORZIO VINI DI ROMAGNA
Legal type of the buyer : Organisation awarding a contract subsidised by a contracting authority
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : TECHNICAL SPECIFICATIONS AND SELECTION PROCEDURE FOR THE IMPLEMENTING BODY OF THE INFORMATION AND PROMOTION PROGRAM FOR AGRICULTURAL PRODUCTS IN THE INTERNAL MARKET TARGET COUNTRIES: GERMANY, FRANCE, AND SWEDEN
Description : Selection, through an Open Competitive Procedure, of an Implementing Body responsible for carrying out actions (activities/initiatives) aimed at achieving the objectives set within the Program submitted under EU Regulation No. 1144/2014 of the European Parliament and the Council – Call 2025. The program will take place in France, Sweden, and Germany and will focus on the following products: Romagna Albana DOCG; Colli di Faenza DOC; Colli d'Imola DOC; Romagna DOC; Rubicone IGT; Ravenna IGT; Forlì IGT; Rimini DOC; Prosciutto di Modena DOP
Procedure identifier : 36d996d9-ea18-48b8-b97d-e7b24587cea0
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 66171000 Financial consultancy services

2.1.2 Place of performance

Postal address : Via Tebano, 45
Town : Faenza (RA)
Postcode : 48018
Country subdivision (NUTS) : Ravenna ( ITH57 )
Country : Italy

2.1.3 Value

Estimated value excluding VAT : 1 169 439 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TECHNICAL SPECIFICATIONS AND SELECTION PROCEDURE FOR THE IMPLEMENTING BODY OF THE INFORMATION AND PROMOTION PROGRAM FOR AGRICULTURAL PRODUCTS IN THE INTERNAL MARKET TARGET COUNTRIES: GERMANY, FRANCE, AND SWEDEN
Description : Selection, through an Open Competitive Procedure, of an Implementing Body responsible for carrying out actions (activities/initiatives) aimed at achieving the objectives set within the Program submitted under EU Regulation No. 1144/2014 of the European Parliament and the Council – Call 2025. The program will take place in France, Sweden, and Germany and will focus on the following products: Romagna Albana DOCG; Colli di Faenza DOC; Colli d'Imola DOC; Romagna DOC; Rubicone IGT; Ravenna IGT; Forlì IGT; Rimini DOC; Prosciutto di Modena DOP

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 79342000 Marketing services

5.1.2 Place of performance

Country subdivision (NUTS) : Ravenna ( ITH57 )
Country : Italy
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration : 36 Month

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : The qualitative aspects of the service and the price will be considered jointly. Therefore, the total of 100 points will be allocated according to the following proportions: • TECHNICAL OFFER: MAXIMUM 80 POINTS For the assignment of the score, the following criteria are established with their respective sub-criteria: Quality of the action OVERALL STRATEGY Articulation of the strategy: consistency between the objectives set out in the call and the strategy adopted in the Target Countries METHODOLOGICAL APPROACH AND STRUCTURE OF ACTIVITIES a) Implementation methods: description of the operational methods used for service delivery and their consistency with the objectives and purposes of the proposed communication campaign and the call. b) Description of how the specific objectives outlined in the Program will be achieved. Detailed Action Plan / Timeline a) Clarity and compliance of the proposed action plan. Realism and efficiency of the proposed results and timing of actions. Operational Capacity a) Quality of the proposed team for each activity in terms of competencies in carrying out similar activities to those described in the technical offer. b) Experience in the technical and administrative management of projects funded by public funds/Programs c) Work experience related to activities carried out in the target markets The Evaluation Committee will assess each offer, assigning a qualitative coefficient to each criterion/sub-criterion, with a variable value between zero and one, at the discretion of the evaluators, according to the following table: • not found 0 • insignificant assessment 0.1 • barely sufficient assessment 0.2 • sufficient assessment 0.3 • between sufficient / fair 0.4 • fair assessment 0.5 • between fair / good 0.6 • good assessment 0.7 • between good / excellent 0.8 • excellent assessment 0.9 • outstanding assessment 1 For the purpose of assigning and calculating the scores, all non-integer values will be rounded to the second decimal place.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 75,6
Criterion :
Type : Price
Name :
Description : The qualitative aspects of the service and the price will be considered jointly. Therefore, the total of 100 points will be allocated according to the following proportions: • FINANCIAL OFFER: MAXIMUM 20 POINTS Fee a) Assessment of the financial offer in relation to the operator’s proposed fee, according to the formula indicated below b) Assessment of the appropriateness of the fee, expressed in man/days, required for the implementation of each action. For the sub-criterion under letter a), the Contracting Committee will evaluate the financial offer by assigning the score using the following formula: score of the financial offer for the operator under evaluation = [(lowest fee%) / (fee% X)] * 10 Where: Lowest fee%: is the percentage of the fee in the financial offer submitted by the economic operator offering the lowest percentage among all those presented; Fee% X: is the percentage of the fee in the financial offer of the economic operator being evaluated. For the purpose of assigning and calculating the scores, all non-integer values will be rounded to the second decimal place. For the sub-criterion under letter b), relating to the assessment of the appropriateness of the fee, it is specified that it will be determined based on the average of the values assigned at the discretion of each committee member. In detail, each member of the Committee will assign a value between 0 and 1 using the same evaluation scale and the same formula applied for the technical offer.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 9,51
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : TRIBUNALE DI RAVENNA -
Organisation providing additional information about the procurement procedure : ENTE TUTELA VINI DI ROMAGNA OVVERO CONSORZIO VINI DI ROMAGNA -
Organisation providing offline access to the procurement documents : ENTE TUTELA VINI DI ROMAGNA OVVERO CONSORZIO VINI DI ROMAGNA -
Organisation providing more information on the review procedures : TRIBUNALE DI RAVENNA -

6. Results

Value of all contracts awarded in this notice : 1 169 439 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : WELL COM S.R.L.
Tender :
Tender identifier : WELL COM S.R.L.
Identifier of lot or group of lots : LOT-0001
Value of the tender : 58 500 Euro
The tender was ranked : yes
Rank in the list of winners : 1
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : ID - 91569c59-a5c6-4644-93a3-4dde0c1357eb
Date on which the winner was chosen : 15/04/2025
Date of the conclusion of the contract : 17/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : ENTE TUTELA VINI DI ROMAGNA OVVERO CONSORZIO VINI DI ROMAGNA
Registration number : RA - 88357
Postal address : Via Tebano 45
Town : Faenza (RA)
Postcode : 48018
Country subdivision (NUTS) : Ravenna ( ITH57 )
Country : Italy
Contact point : Roberto Monti
Telephone : 0546-28455
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : TRIBUNALE DI RAVENNA
Registration number : 92001370391
Postal address : Via G. Falcone 67
Town : Ravenna
Postcode : 48124
Country subdivision (NUTS) : Ravenna ( ITH57 )
Country : Italy
Roles of this organisation :
Procurement service provider
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : WELL COM S.R.L.
Size of the economic operator : Small
Registration number : 03242630048
Postal address : Via Rio Misureto 8
Town : Alba
Postcode : 12051
Country subdivision (NUTS) : Cuneo ( ITC16 )
Country : Italy
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 29623971-7add-42fa-b753-686ebb823d70 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 18/04/2025 08:00 +00:00
Languages in which this notice is officially available : English Italian
Notice publication number : 00260050-2025
OJ S issue number : 78/2025
Publication date : 22/04/2025