Services - 24590-2018

19/01/2018    S13

Spain-Alicante: Provision of IT software quality services

2018/S 013-024590

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Intellectual Property Office
National registration number: V-03965324
Postal address: Avenida de Europa, 4
Town: Alicante
NUTS code: ES521 Alicante / Alacant
Postal code: 03008
Country: Spain
E-mail: procurement@euipo.europa.eu
Internet address(es):
Main address: https://euipo.europa.eu/ohimportal/en/public-procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3176
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned 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 IT software quality services

Reference number: AO/021/17
II.1.2)Main CPV code
72200000 Software programming and consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The scope of the present call for tender is to obtain provision for IT software quality services (ITSQS).

II.1.5)Estimated total value
Value excluding VAT: 16 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: ES521 Alicante / Alacant
Main site or place of performance:

EUIPO premises (Avda. de Europa, 4 - 03008 Alicante) and/or contractor's premises.

II.2.4)Description of the procurement:

The Contractors will ensure that software life cycle processes and products are conform to EUIPO requirements, to standards and to procedures, at the appropriate quality and respecting timeliness aspects.

The services that are expected to be delivered by the Contractor are broken down as follows:

- Quality assurance.

- Quality control.

- Quality engineering.

- General services.

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: 16 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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

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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 05/03/2018
Local time: 13:00
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/03/2018
Local time: 11:00
Place:

Avenida de Europa, 4 - 03008 Alicante.

Information about authorised persons and opening procedure:

Each tenderer may send up to two representatives. The Office should be informed by email to procurement@euipo.europa.eu of the names and identity document numbers of the visitors before 05/03/2018.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:

The invitation to tender documents will be available for download at the address stated in point I.3. The website will be updated periodically and it is the responsibility of tenderers to check for updates, amendments or answers to questions during the tender period.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal General
Postal address: rue du Fort Niedergrünewald
Town: Luxemburgo
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the date on which the party concerned is notified or, failing this, of the date on which the act in question became known to them.

VI.5)Date of dispatch of this notice:
15/01/2018