Framework Contract for the Provision of Services and Equipment in the field of Audio-visual and Conference Technology

Inter-institutional framework contract for the provision of services in the field of consultancy, design, installation, support, maintenance and rental of audio-visual and conference (AV&C) services, together with the supply of AV&C equipment and associated software. Consultancy services in the field of audio-visual and conference (AV&C), including consultancy (incl. feasibility studies, …

CPV: 32340000 Mikrofonok és hangszórók, 32300000 Televízió- és rádió-vevőkészülék, valamint hang- és videofelvevő és -visszajátszó berendezések, 32320000 Televíziós és audiovizuális berendezések, 32321200 Audiovizuális berendezések, 32321300 Audiovizuális anyagok, 32323300 Videoberendezések, 32350000 Alkatrészek hang- és videoberendezéshez, 32351000 Tartozékok hang- és videoberendezéshez, 45314000 Távközlési berendezések szerelése, 48515000 Videokonferencia-szoftvercsomag, 50300000 Személyi számítógépek, irodai, távközlési és audiovizuális berendezések javítása, karbantartása és járulékos szolgáltatások, 50340000 Audiovizuális és optikai berendezéssel kapcsolatos javítási és karbantartási szolgáltatások, 51300000 Hírközlési berendezéssel kapcsolatos szerelési szolgáltatások, 51310000 Rádió-, televízió-, hang- és videoberendezéssel kapcsolatos szerelési szolgáltatások, 64224000 Telekonferencia-szolgáltatások, 71313200 Hangszigetelési és beltéri akusztikai tanácsadó szolgáltatások, 71316000 Távközlési tanácsadó szolgáltatások, 71320000 Mérnöki tervezési szolgáltatások, 71350000 Gépészettel kapcsolatos tudományos és műszaki szolgáltatások, 71621000 Műszaki elemzési vagy tanácsadó szolgáltatások, 72000000 IT-szolgáltatások: tanácsadás, szoftverfejlesztés, internet és támogatás, 72212730 Védelmiszoftver-fejlesztési szolgáltatások, 72224000 Projekt-ügyintézési tanácsadó szolgáltatások, 72225000 Rendszerminőség-értékelési és -felülvizsgálati szolgáltatások, 79314000 Megvalósíthatósági tanulmány, 79952000 Rendezvényszervezési szolgáltatások, 92111310 Szórakoztató film gyártása, 92312110 Színházi producer szórakoztató szolgáltatása
Határidő:
2025. augusztus 12. 15:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Framework Contract for the Provision of Services and Equipment in the field of Audio-visual and Conference Technology
Díjat odaítélő szervezet:
European Commission, DG SCIC - Interpretation
Díj száma:
EC-SCIC/2025/OP/0001

1. Buyer

1.1 Buyer

Official name : European Commission, DG SCIC - Interpretation
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Court of Justice of the European Union
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : EDPS - European Data Protection Supervisor
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : EP - European Parliament
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Court of Auditors
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European External Action Service (EEAS)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : OMBUDSMAN - European Ombudsman
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : The General Secretariat of the Council of the European Union
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Agence Exécutive du Conseil Européen de la Recherche
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Climate, Infrastructure and Environment Executive Agency (CINEA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Education and Culture Executive Agency (EACEA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Innovation Council and SMEs Executive Agency (EISMEA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Research Executive Agency (REA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Health and Digital Executive Agency (HaDEA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : AMLA - Authority for Anti-Money Laundering and Countering the Financing of Terrorism
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Agency for Support for BEREC (BEREC Office)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Chips Joint Undertaking
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Circular Bio-based Europe Joint Undertaking
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Clean Aviation Joint Undertaking
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Clean Hydrogen Joint Undertaking
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : EDCTP3 JU - Global Health EDCTP3 Joint Undertaking
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Eurojust
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Agency for Safety and Health at Work (EU-OSHA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Banking Authority
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Border and Coast Guard Agency (FRONTEX)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Centre for Disease Prevention and Control
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Centre for the Development of Vocational Training
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Chemicals Agency
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Defence Agency
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Environment Agency (EEA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Fisheries Control Agency (EFCA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Foundation for the Improvement of Living and Working Conditions
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European High-Performance Computing Joint Undertaking
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Institute of Innovation and Technology
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Insurance and Occupational Pensions Authority
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Investment Bank
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Labour Authority (ELA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Medicines Agency
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Public Prosecutor’s Office
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Schools
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Securities and Markets Authority
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency For Law Enforcement Training
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency for Asylum
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency for Cybersecurity (ENISA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency for Fundamental Rights
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency for Railways
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency for the Cooperation of Energy Regulators
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency for the Operational Management of Large-Scale IT Systems in the Area of Freedom, Security and Justice (eu-LISA)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Agency for the Space Programme
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Aviation Safety Agency
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : F4E - Fusion for Energy Joint Undertaking
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Innovative Health Initiative Joint Undertaking (IHI JU)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Single Resolution Board (SRB)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Committee of the Regions of the European Union
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Economic and Social Committee
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : ESM - European Stability Mechanism
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework Contract for the Provision of Services and Equipment in the field of Audio-visual and Conference Technology
Description : Inter-institutional framework contract for the provision of services in the field of consultancy, design, installation, support, maintenance and rental of audio-visual and conference (AV&C) services, together with the supply of AV&C equipment and associated software.
Procedure identifier : 23ad8624-4139-4e89-a393-9c3826810e1c
Internal identifier : EC-SCIC/2025/OP/0001
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment

2.1.3 Value

Estimated value excluding VAT : 284 000 000 Euro

2.1.4 General information

Additional information : The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers who are interested to apply for lot 1 may not apply for the other lots. Provision of services can be requested in all EU Member States, Candidate Countries and EFTA Countries territories. The main places of delivery are the headquarters of the European Institutions, Bodies and Agencies in the European Union.In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, 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 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2018/1046

2.1.6 Grounds for exclusion

Bankruptcy : For the full list of exclusion grounds please consult the procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 Consultancy, conceptual design and quality control for audio-visual and conference installations
Description : Consultancy services in the field of audio-visual and conference (AV&C), including consultancy (incl. feasibility studies, conceptual design, functional analysis, security, project management etc.) for defining an AV&C strategy, describe work/assistance/support processes, create AV&C conceptual designs, plan AV&C projects, follow up AV&C projects and services. This should also include AV&C training. Quality control of AV&C services, operations, maintenance, and installations. Security and risk evaluation of AV&C services and installations. Acoustics study, sound quality.
Internal identifier : EC-SCIC/2025/OP/0001-LOT-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71313200 Sound insulation and room acoustics consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212730 Security software development services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79314000 Feasibility study
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 29 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 105388-2025
Additional information : Tenderers who are interested to apply for lot 1 may not apply for the other lots.

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 12/08/2025 15:00 +02:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 18/08/2025 15:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

5.1 Lot technical ID : LOT-0002

Title : Lot 2 Acquisition of audio-visual and conference equipment
Description : Acquisition of audio-visual and conference (AV&C) equipment and associated services
Internal identifier : EC-SCIC/2025/OP/0001-LOT-2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 32321300 Audio-visual materials
Additional classification ( cpv ): 32340000 Microphones and loudspeakers
Additional classification ( cpv ): 32350000 Parts of sound and video equipment
Additional classification ( cpv ): 32323300 Video equipment
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Additional classification ( cpv ): 51300000 Installation services of communications equipment

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 126 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 105388-2025

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 12/08/2025 15:00 +02:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 18/08/2025 15:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

5.1 Lot technical ID : LOT-0003

Title : Lot 3 Installation, maintenance and repair of audio-visual and conference equipment
Description : Provision of AV&C Installation and maintenance services including: Implementation specifications; Consumables related to AV&C installation and maintenance; Temporary replacement of AV&C equipment during repair period; Repair outside warranty; Transport of AV&C Equipment between premises of EU Institutions; AV&C Programming; Operating of fixed AV&C installations; Managed services (“all ­in AV solution” including reporting, installation, monitoring, and maintenance service); Provision of AV&C Training on fixed installations; Dismantling and moving AV&C installations/equipment.
Internal identifier : EC-SCIC/2025/OP/0001-LOT-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 32350000 Parts of sound and video equipment
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212730 Security software development services
Additional classification ( cpv ): 45314000 Installation of telecommunications equipment
Additional classification ( cpv ): 50340000 Repair and maintenance services of audio-visual and optical equipment
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 79 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 105388-2025

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 12/08/2025 15:00 +02:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 18/08/2025 15:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

5.1 Lot technical ID : LOT-0004

Title : Lot 4 Rental and operation of audio-visual and conference equipment
Description : Provision of rental and operating services including: Rental of AV&C equipment and services for events and conferences; Installation, operation and de-installation of rented equipment; AV content/communication before, during or after the event; Assessment of the AV&C equipment and services necessary to fit the requirements of the conference organisation; Provision of a remote meeting platform solution allowing to add remote users to a meeting, or a conference organised in a meeting room or at an event with interpretation option.
Internal identifier : EC-SCIC/2025/OP/0001-LOT-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79952000 Event services
Additional classification ( cpv ): 48515000 Video conferencing software package
Additional classification ( cpv ): 64224000 Teleconferencing services
Additional classification ( cpv ): 92111310 Entertainment film production
Additional classification ( cpv ): 92312110 Theatrical producer entertainment services
Additional classification ( cpv ): 32351000 Accessories for sound and video equipment
Additional classification ( cpv ): 32321200 Audio-visual equipment
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 105388-2025

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 12/08/2025 15:00 +02:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 18/08/2025 15:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

8. Organisations

8.1 ORG-0001

Official name : European Commission, DG SCIC - Interpretation
Registration number : COM
Department : SCIC.C - Resources and Corporate Services
Postal address : Rue de la Loi 107
Town : Brussels
Postcode : B-1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer
Group leader
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +32 2 299 11 11
Internet address : http://curia.europa.eu
Roles of this organisation :
Buyer
Review organisation

8.1 ORG-0003

Official name : EDPS - European Data Protection Supervisor
Registration number : EDPS
Postal address : Rue Wiertz/Wiertzstraat 60
Town : Brussels
Postcode : B-1047
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : EP - European Parliament
Registration number : EP
Postal address : Bât. Altiero Spinelli, rue Wiertz 60
Town : Brussels
Postcode : B-1047
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : European Court of Auditors
Registration number : ECA
Postal address : rue Alcide De Gasperi 12
Town : Luxembourg
Postcode : L-1615
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : European External Action Service (EEAS)
Registration number : EEAS
Postal address : EEAS Building, 9A Rond Point Schuman
Town : Brussels
Postcode : B-1046
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://eeas.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : OMBUDSMAN - European Ombudsman
Registration number : OMB
Postal address : CS 30403, 1 avenue du Président Robert Schuman
Town : Strasbourg
Postcode : F-67001
Country subdivision (NUTS) : Bas-Rhin ( FRF11 )
Country : France
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : The General Secretariat of the Council of the European Union
Registration number : CONSIL
Postal address : Rue de la Loi / Wetstraat, 175
Town : Brussels
Postcode : B-1048
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Agence Exécutive du Conseil Européen de la Recherche
Registration number : ERC
Postal address : COV2 [Office nr]
Town : Brussels
Postcode : B-1049
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://erc.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : European Climate, Infrastructure and Environment Executive Agency (CINEA)
Registration number : CINEA
Postal address : , Chaussée de Wavre 910
Town : Brussels
Postcode : B-1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : European Education and Culture Executive Agency (EACEA)
Registration number : EACEA
Postal address : North Light building, Boulevard Simon Bolivar 34
Town : Brussels
Postcode : B-1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : European Innovation Council and SMEs Executive Agency (EISMEA)
Registration number : EISMEA
Postal address : Avenue du Bourget 1
Town : Brussels
Postcode : B-1140
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : European Research Executive Agency (REA)
Registration number : REA
Postal address : Boulevard Simon Bolivar 34, SB34/10
Town : Brussels
Postcode : B-1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Health and Digital Executive Agency (HaDEA)
Registration number : HADEA
Postal address : COV2, Place Charles Rogier 16
Town : Brussels
Postcode : B-1210
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://hadea.ec.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : AMLA - Authority for Anti-Money Laundering and Countering the Financing of Terrorism
Registration number : AMLA
Postal address : SPA2, rue de SPA 2
Town : Brussels
Postcode : 1049
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Agency for Support for BEREC (BEREC Office)
Registration number : BEREC_OFFICE
Postal address : Z.A. Meierovica Bulvaris 14, BEREC Office
Town : Riga
Postcode : LV-1050
Country subdivision (NUTS) : Rīga ( LV006 )
Country : Latvia
Telephone : +32 2 299 11 11
Internet address : https://berec.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Chips Joint Undertaking
Registration number : CHIPS
Postal address : Avenue de la Toison d’Or 56-6
Town : Brussels
Postcode : 1049
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Circular Bio-based Europe Joint Undertaking
Registration number : CBEJU
Postal address : Avenue de la Toison d'Or 56-60, White Atrium Building
Town : Brussels
Postcode : B-1060
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://www.cbe.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Clean Aviation Joint Undertaking
Registration number : CAJU
Postal address : White Atrium building, 4th Floor, Avenue de la Toison d'Or 56-60
Town : Brussels
Postcode : B-1060
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Clean Hydrogen Joint Undertaking
Registration number : CHJU
Postal address : White Atrium building, Avenue de la Toison d'Or 56-60
Town : Brussels
Postcode : B-1060
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0021

Official name : EDCTP3 JU - Global Health EDCTP3 Joint Undertaking
Registration number : GHEDCTP3
Postal address : Avenue de la Toison d’Or / Gulden, Vlieslaan 56-60
Town : Brussels
Postcode : 1060
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0022

Official name : Eurojust
Registration number : EUROJUST
Postal address : Johan de Wittlaan 9
Town : The Hague
Postcode : NL-2517
Country subdivision (NUTS) : Agglomeratie ’s-Gravenhage ( NL332 )
Country : Netherlands
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0023

Official name : European Agency for Safety and Health at Work (EU-OSHA)
Registration number : OSHA
Postal address : 12 Santiago de Compostela
Town : Bilbao
Postcode : E-48003
Country subdivision (NUTS) : Bizkaia ( ES213 )
Country : Spain
Telephone : +32 2 299 11 11
Internet address : http://osha.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0024

Official name : European Banking Authority
Registration number : EBA
Postal address : Tour Europlaza, 20 avenue André Prothin, CS 30154 Paris La Défense CEDEX
Town : Paris
Postcode : F-92927
Country subdivision (NUTS) : Paris ( FR101 )
Country : France
Telephone : +32 2 299 11 11
Internet address : https://www.eba.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0025

Official name : European Border and Coast Guard Agency (FRONTEX)
Registration number : FRONTEX
Postal address : Plac Europejski 6
Town : Warsaw
Postcode : PL-00-844
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0026

Official name : European Centre for Disease Prevention and Control
Registration number : ECDC
Postal address : Gustav III:s Boulevard 40
Town : Solna
Postcode : 169 73
Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0027

Official name : European Centre for the Development of Vocational Training
Registration number : CEDEFOP
Postal address : SERVICE POST, Thermi
Town : Thessaloniki
Postcode : GR-57001
Country subdivision (NUTS) : Θεσσαλονίκη ( EL522 )
Country : Greece
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0028

Official name : European Chemicals Agency
Registration number : ECHA
Postal address : P.O.Box 400
Town : Helsinki
Postcode : FI-00121
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0029

Official name : European Defence Agency
Registration number : EDA
Postal address : Rue des Drapiers/Lakenweversstraat 17-23
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://eda.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0030

Official name : European Environment Agency (EEA)
Registration number : EEA
Postal address : Kongens Nytorv 6
Town : Copenhagen
Postcode : DK-1050
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +32 2 299 11 11
Internet address : https://www.eea.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0031

Official name : European Fisheries Control Agency (EFCA)
Registration number : CFCA
Postal address : Avenida García Barbón 4, Edificio Odriozola
Town : Vigo
Postcode : E-36201
Country subdivision (NUTS) : Pontevedra ( ES114 )
Country : Spain
Telephone : +32 2 299 11 11
Internet address : http://www.efca.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0032

Official name : European Foundation for the Improvement of Living and Working Conditions
Registration number : EUROFOUND
Postal address : Wyattville Road, Loughlinstown
Town : Dublin
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0033

Official name : European High-Performance Computing Joint Undertaking
Registration number : EUROHPC
Postal address : 12, Rue Guillaume Kroll, Technopolis Building - Wing E
Town : Luxembourg
Postcode : L-2920
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0034

Official name : European Institute of Innovation and Technology
Registration number : EIT
Postal address : Infopark 1 Building E
Town : Budapest
Postcode : 1117
Country subdivision (NUTS) : Budapest ( HU110 )
Country : Hungary
Telephone : +32 2 299 11 11
Internet address : https://eit.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0035

Official name : European Insurance and Occupational Pensions Authority
Registration number : EIOPA
Postal address : Westhafen Tower, Westhafenplatz 1
Town : Frankfurt
Postcode : D-60327
Country subdivision (NUTS) : Frankfurt am Main, Kreisfreie Stadt ( DE712 )
Country : Germany
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0036

Official name : European Investment Bank
Registration number : EIB
Postal address : 98-100 boulevard Konrad Adenauer
Town : Luxembourg
Postcode : L-2950
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +32 2 299 11 11
Internet address : http://www.eib.org
Roles of this organisation :
Buyer

8.1 ORG-0037

Official name : European Labour Authority (ELA)
Registration number : ELA
Postal address : Landererova 12
Town : Bratislava
Postcode : 811 09
Country subdivision (NUTS) : Bratislavský kraj ( SK010 )
Country : Slovakia
Telephone : +32 2 299 11 11
Internet address : http://www.ela.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0038

Official name : European Medicines Agency
Registration number : EMEA
Postal address : Domenico Scarlattilaan 6
Town : Amsterdam
Postcode : NL-1083
Country subdivision (NUTS) : Groot-Amsterdam ( NL329 )
Country : Netherlands
Telephone : +32 2 299 11 11
Internet address : https://www.ema.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0039

Official name : European Public Prosecutor’s Office
Registration number : EPPO
Postal address : 11 Avenue John F. Kennedy
Town : Luxembourg
Postcode : L-1855
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0040

Official name : European Schools
Registration number : EURSCHOOL
Postal address : rue de la Science 23
Town : Brussels
Postcode : B-1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://www.eursc.eu
Roles of this organisation :
Buyer

8.1 ORG-0041

Official name : European Securities and Markets Authority
Registration number : ESMA
Postal address : 201-203 rue de Bercy
Town : Paris
Postcode : F-75012
Country subdivision (NUTS) : Paris ( FR101 )
Country : France
Telephone : +32 2 299 11 11
Internet address : https://www.esma.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0042

Official name : European Union Agency For Law Enforcement Training
Registration number : CEPOL
Postal address : Üllői út 114-116
Town : Budapest
Postcode : H-1101
Country subdivision (NUTS) : Budapest ( HU110 )
Country : Hungary
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0043

Official name : European Union Agency for Asylum
Registration number : EUAA
Postal address : MTC Block A, Winemakers Wharf,, Grand Harbour
Town : Valletta
Postcode : MRS 1917
Country subdivision (NUTS) : Malta ( MT001 )
Country : Malta
Telephone : +32 2 299 11 11
Internet address : http://euaa.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0044

Official name : European Union Agency for Cybersecurity (ENISA)
Registration number : ENISA
Postal address : Agamemnonos 14, Chalandri, Attiki
Town : Athens
Postcode : GR-15231
Country subdivision (NUTS) : Κεντρικός Τομέας Αθηνών ( EL303 )
Country : Greece
Telephone : +32 2 299 11 11
Internet address : https://enisa.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0045

Official name : European Union Agency for Fundamental Rights
Registration number : FRA
Postal address : Schwarzenbergplatz 11
Town : Vienna
Postcode : A-1040
Country subdivision (NUTS) : Wien ( AT130 )
Country : Austria
Telephone : +32 2 299 11 11
Internet address : https://fra.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0046

Official name : European Union Agency for Railways
Registration number : ERA
Postal address : BP 20392
Town : Valenciennes
Postcode : F-59307
Country subdivision (NUTS) : Nord ( FRE11 )
Country : France
Telephone : +32 2 299 11 11
Internet address : https://www.era.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0047

Official name : European Union Agency for the Cooperation of Energy Regulators
Registration number : ACER
Postal address : Trg republike 3
Town : Ljubljana
Postcode : SI-1000
Country subdivision (NUTS) : Osrednjeslovenska ( SI041 )
Country : Slovenia
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0048

Official name : European Union Agency for the Operational Management of Large-Scale IT Systems in the Area of Freedom, Security and Justice (eu-LISA)
Registration number : LISA
Postal address : Vesilennuki 5
Town : Tallinn
Postcode : 10415
Country subdivision (NUTS) : Põhja-Eesti ( EE001 )
Country : Estonia
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0049

Official name : European Union Agency for the Space Programme
Registration number : EUSPA
Postal address : Janovského 438/2, Prague 7 – Holesovice
Town : Prague
Postcode : 170 00
Country subdivision (NUTS) : Hlavní město Praha ( CZ010 )
Country : Czechia
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0050

Official name : European Union Aviation Safety Agency
Registration number : EASA
Postal address : Postfach 10 12 53
Town : Cologne
Postcode : D-50452
Country subdivision (NUTS) : Köln, Kreisfreie Stadt ( DEA23 )
Country : Germany
Telephone : +32 2 299 11 11
Internet address : https://www.easa.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0051

Official name : F4E - Fusion for Energy Joint Undertaking
Registration number : FUSEN
Postal address : Torres Diagonal Litoral, c/ Josep Pla, nº 2, c/ Josep Pla, nº 2
Town : Barcelona
Postcode : 8019
Country subdivision (NUTS) : Navarra ( ES220 )
Country : Spain
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0052

Official name : Innovative Health Initiative Joint Undertaking (IHI JU)
Registration number : IHIJU
Postal address : Avenue de la Toison d'Or 56-61
Town : Brussels
Postcode : B-1060
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://www.ihi.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0053

Official name : Single Resolution Board (SRB)
Registration number : SRB
Postal address : Treurenberg 22
Town : Brussels
Postcode : B-1049
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://srb.europa.eu
Roles of this organisation :
Buyer

8.1 ORG-0054

Official name : Committee of the Regions of the European Union
Registration number : COR
Postal address : , Rue Belliard/Belliardstraat 101
Town : Brussels
Postcode : B-1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Internet address : https://cor.europa.eu/en
Roles of this organisation :
Buyer

8.1 ORG-0055

Official name : European Economic and Social Committee
Registration number : EESC
Postal address : , Rue Belliard/Belliardstraat 99
Town : Brussels
Postcode : B-1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer

8.1 ORG-0056

Official name : ESM - European Stability Mechanism
Registration number : ESM
Postal address : 6a Circuit de La Foire Internationale
Town : Luxembourg
Postcode : L-1347
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +32 2 299 11 11
Internet address : https://www.esm.europa.eu/
Roles of this organisation :
Buyer

8.1 ORG-0057

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : d3448246-ac6b-482e-8fc7-bc5f75d850da - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/05/2025 15:27 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00326067-2025
OJ S issue number : 97/2025
Publication date : 21/05/2025