Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Informatics, Directorate R: Resources Management and Optimisation, Unit 3: ICT Procurement and Contract Management
Postal address: rue Belliard 28, Office: 07/142
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Martin Bilbao, Head of Unit
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 22960762
Fax: +32 22957702
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/informatics/index_en.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=778
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Information technologies.
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DIGIT/R2/PO/2014/041 — Out-tasking of activities for systems and infrastructure services (OASIS II).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: The place of delivery and performance will mainly be Luxembourg with a limited number of staff possibly working in Belgium (exceptionally other locations in the European Union might be foreseen).
NUTS code LU LUXEMBOURG (GRAND-DUCHÉ),BE BELGIQUE-BELGIË
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 7
Justification for a framework agreement, the duration of which exceeds four years: The maximum contract duration of up to 7 years is justified by the complexity of the services provided, the important phase-in and phase-out period foreseen, the lengthy learning process for staff involved in the service provision and the uninterrupted effort required for the service organisation.
II.1.5)Short description of the contract or purchase(s)
The purpose of this call for tenders is to conclude a framework contract for out-tasking services related to computing, virtualisation, storage, back-up and computer room infrastructures. More specifically, the future contractor shall provide operational, architectural and project management services in the areas of: Windows, Unix (including Linux), back-up and storage, virtualisation, data centre infrastructure. The contractor shall provide these services in 3 basic modes of service delivery: (1) basic services, (2) complementary services and (3) ad hoc services.
II.1.6)Common procurement vocabulary (CPV)72000000 IT services: consulting, software development, Internet and support, 72500000 Computer-related services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated global volume of the contract is indicated in the tendering specifications.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see the tendering specifications.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see the tendering specifications.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see the tendering specifications.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Please see the tendering specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Please see the tendering specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please see the tendering specifications.
Minimum level(s) of standards possibly required:
Please see the tendering specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DIGIT/R2/PO/2014/041.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate15.6.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 22.6.2015 - 10:30
Place:
European Commission, Directorate-General for Informatics, rue Belliard 28, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: A maximum of 2 representatives per tenderer may attend the opening session. For security and organisational reasons, tenderers should notify the name of that person(s) by e-mail to the Directorate-General for Informatics (to e-mail address: digit-contracts-info-centre@ec.europa.eu), no later than 2 working days before the opening session, failing which the Directorate-General for Informatics reserves the right to refuse to admit the tenderer's representative(s) to the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The tendering specifications and additional documents (including questions and answers) will be made available at the following website address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=778
If they wish so, interested parties may register via the website. This will allow them to be informed from the e-tendering system when an update with regard to the present call for tenders is made available. Non-registered parties are invited to consult the website regularly. The Commission will not be liable if tenderers do not take notice of the additional information published on the website with regard to the present call for tenders. No paper copy will be issued. The Directorate-General for Informatics was certified 'EMAS' in 2008 and therefore adopts environmentally friendly behaviour. EMAS is the eco-management and audit scheme, the EU voluntary instrument used by organisations to improve their environmental performance. The framework contract will have an initial duration of 4 years with the possibility of 3 extensions of 1 year each.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff or, in the absence thereof, of the day on which it came to the knowledge. 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.
VI.4.3)Service from which information about the lodging of appeals may be obtained VI.5)Date of dispatch of this notice:20.3.2015