Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Conseil de l'Union européenne, Secrétariat général
Postal address: rue de la Loi, 175
Town: Bruxelles
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1048
Country: Belgium
E-mail:
tendering@consilium.europa.euTelephone: +32 2-2818062
Fax: +32 2-2800262
Internet address(es): Main address:
https://tendering.consilium.europa.eu I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Disaster Recovery Data Center space and associated services
Reference number: UCA-17/076
II.1.2)Main CPV code72251000 Disaster recovery services
II.1.3)Type of contractServices
II.1.4)Short description:
The objective of the call for tenders is to set up a framework contract with a provider in order to rent (housing) a secured data center space (Disaster Recovery site) for the needs of the General Secretariat of the Council (GSC). The purpose of the contract is also to provide data center services regarding the Disaster Recovery site (including office space, assembly room and storage room).
Today, the GSC runs its infrastructure in 2 data centers, one in the Justus Lipsius building (175 rue de la Loi — 1048 Brussels, Belgium) and the other one in the LEX building (145 rue de la Loi — 1048 Brussels, Belgium). The 2 data centers are too close to each other and therefore the present call for tenders has been launched to move the data center situated in the LEX building to the new Disaster Recovery site.
Following the call for tenders, a framework contract will be awarded with an initial duration of 4 years, with the possibility of 4 extensions of 1 year each.
II.1.5)Estimated total valueValue excluding VAT: 1.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
II.2.4)Description of the procurement:
The objective of the call for tenders is to set up a framework contract with a provider in order to rent (housing) a secured data center space (Disaster Recovery site) for the needs of the General Secretariat of the Council (GSC). The purpose of the contract is also to provide data center services regarding the Disaster Recovery site (including office space, assembly room and storage room).
Today, the GSC runs its infrastructure in 2 data centers, one in the Justus Lipsius building (175 rue de la Loi — 1048 Brussels, Belgium) and the other one in the LEX building (145 rue de la Loi — 1048 Brussels, Belgium). The 2 data centers are too close to each other and therefore the present call for tenders has been launched to move the data center situated in the LEX building to the new Disaster Recovery site.
Following the call for tenders, a framework contract will be awarded with an initial duration of 4 years, with the possibility of 4 extensions of 1 year each.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical quality and Ecological and environmental aspects / Weighting: 50
Price - Weighting: 50
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Possibility of 4 extensions of 1 year each.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The General Secretariat of the Council does not publish the estimated monetary value of its contracts. The estimated volume of services is set out in the tender specifications.
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 registersList and brief description of conditions:
See section III of the document "Instructions on applying to participate in the call for tenders".
III.1.2)Economic and financial standingList and brief description of selection criteria:
See section III of the document "Instructions on applying to participate in the call for tenders".
Minimum level(s) of standards possibly required:
See section III of the document "Instructions on applying to participate in the call for tenders".
III.1.3)Technical and professional abilityList and brief description of selection criteria:
See section III of the document "Instructions on applying to participate in the call for tenders".
Minimum level(s) of standards possibly required:
See section III of the document "Instructions on applying to participate in the call for tenders".
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 27/02/2018
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 15/03/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff an appeal has to be lodged with the General Court. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
Time limits are extended on account of distance by a fixed period of 10 days regardless of the place of establishment or habitual residence of the person concerned.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:26/01/2018