Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Banque centrale du Luxembourg
Postal address: 2 boulevard Royal
Town: Luxembourg
NUTS code:
LU LUXEMBOURGPostal code: 2983
Country: Luxembourg
E-mail:
soumission@bcl.luInternet address(es): Main address:
http://www.bcl.lu/en/index.html I.1)Name and addressesOfficial name: Other Entitled Participating Institutions
Postal address: 2 Boulevard Royal
Town: Luxembourg
NUTS code:
LU LUXEMBOURGPostal code: 2983
Country: Luxembourg
E-mail:
soumission@bcl.luInternet address(es): Main address:
http://www.epco.lu/links.php I.2)Information about joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
Luxembourgish law and Grand Ducal Regulation of 8 April 2018 on public procurement and decision of the ECB of 17 November 2008 for joint Eurosystem procurement as amended.
The contract is awarded by a central purchasing body
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 authorityBody governed by public law
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
IT Software Resellers for the Supply of IT Standard Software and Related Services
Reference number: 2000543
II.1.2)Main CPV code48000000 Software package and information systems
II.1.3)Type of contractSupplies
II.1.4)Short description:
Banque centrale du Luxembourg invites all interested economic operators to submit a tender for the award of a multi-supplier framework agreement with cascade and reopening of competition with a maximum of five (5) contractor(s) for the future provision of IT standard software and related services.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)48000000 Software package and information systems
48900000 Miscellaneous software package and computer systems
48920000 Office automation software package
72513000 Office automation services
II.2.3)Place of performanceNUTS code: LU LUXEMBOURG
Main site or place of performance:
Premises of the participating institutions (potential beneficiaries listed in §1.2 and 4.6.1 of ITT).
II.2.4)Description of the procurement:
The scope of the IT software resellers framework agreement covers the acquisition of IT standard software products and related services. In particular:
1) licences for on premise standard software or for standard software hosted by a third party on perpetual or subscription basis, as well as maintenance and support services for new and existing licences;
2) use rights for SaaS services;
3) technical services;
4) software asset management (SAM) and licence management services;
5) software related advice services;
6) web-based facilities dedicated to ordering (Catalogue, Requests for Proposals, Ordering);
7) contract management, implementation and monitoring requirements.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 425 000 000.00 EUR
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:
The framework agreement shall become effective on the date of its signature by both contracting parties and shall remain in force for a duration of four (4) years with the possibility of one (1) renewal for a maximum period of one (1) year or, until terminated, in accordance with Article 20 of the framework agreement or any statutory provision.
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
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to the constant evolution of the solutions offered by the Contractors, the complexity of the implementation of the Framework Agreements, the expected costs of implementation, lead time for SAM-benefits and optimisation of the financial conditions during the contract execution, and the alignment with the provision of the services under the EPCO umbrella for its current mandate term.
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 07/05/2020
Local time: 10:00
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:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/05/2020
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Banque centrale du Luxembourg (BCL) is procuring for its benefit and to the benefit of the participating institutions indicated in section I.2) of the invitation to tender. Following the publication of the contract notice in the Official Journal of the European Union, an electronic version of the tender documents can be downloaded from the website ‘Portail des marches publics’ https://pmp.b2g.etat.lu/ Tenders must be submitted electronically in English, received no later than 7 May 2020, 10 a.m., through the website ‘Portail des marches publics’ https://pmp.b2g.etat.lu/ In order to be valid, the tenderers must submit the signed documents in PDF files with a qualified electronic signature, by a person empowered to represent them. Only tenders submitted on the portal before the day and time set by the contracting authority will be taken into account. Tenders submitted after the deadline, irrespective of the cause of the delay, will be excluded.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Tribunal administratif du Luxembourg
Town: Luxembourg
Country: Luxembourg
VI.4.2)Body responsible for mediation proceduresOfficial name: Le médiateur du Grand-Duché du Luxembourg
Town: Luxembourg
Country: Luxembourg
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Banque centrale du Luxembourg
Postal address: 2 boulevard Royal
Town: Luxembourg
Postal code: 2983
Country: Luxembourg
E-mail:
soumission@bcl.lu VI.5)Date of dispatch of this notice:07/04/2020