Compliance requirements
The bidder must confirm that neither it nor its management, administrative or supervisory body members, procurators or other persons authorised to represent it have been finally convicted within the last 5 years for participation in a criminal organisation, corruption, fraud, terrorist offences or offences related to terrorist activity, money laundering, terrorist financing, and other exclusion grounds listed in the procurement documents. If any exclusion ground applies, the bidder may submit self-cleaning evidence to restore reliability, where permitted. The contracting authority may also reject the tender if sanctions rules prohibit the use of banned subcontractors or suppliers in contract performance.
Qualification criteria and exclusion grounds
The bidder’s average annual net turnover for the last three financial years must be at least EUR 95,000 for the period 01/01/2023–31/12/2025. If the bidder relies on subcontractors’ capacity, the subcontractor and the bidder must be jointly liable for performance of the framework agreement.
The bidder must have properly performed at least 2 communications service contracts during the last 36 months, covering strategic and/or operational communications activities such as communications consulting, media relations or strategic communications work. Experience of working with public sector bodies, professional organisations or trade associations is also required, as well as experience in producing communication materials, including texts and visuals, and managing related usage rights and copyright in the course of service delivery. One contract may be used to satisfy multiple requirements.
The tender submission must include the CV form for the strategic consultant and the consultant-project manager according to RHAD Annex 3. If the strategic approach document does not contain all 5 required parts or their presence cannot be clearly verified, the tender will be rejected.