Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Community Plant Variety Office
National registration number: SIRET 417 996 410 00029
Postal address: 3 Boulevard Maréchal Foch - CS 10121, Cédex 2
Town: Angers
NUTS code:
FRG02 Maine-et-LoirePostal code: 49101
Country: France
Contact person: Procurement and Logistics
E-mail:
procurement@cpvo.europa.euTelephone: +33 241256400
Fax: +33 241256410
Internet address(es): Main address:
https://cpvo.europa.eu/enAddress of the buyer profile:
https://cpvo.europa.eu/en/about-us/procurement 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 activityOther activity: Intellectual Property Rights for plant varieties
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Assignment based Development of web, heavy client and mobile applications
Reference number: 2019-01/IT DEV
II.1.2)Main CPV code72500000 Computer-related services
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of assignment-based IT developments, setting up of various services accessible via the CPVO extranet site and maintenance of related back-office programs evolution with an IT company with expertise in front-end and/or back-end IT developments.
II.1.5)Estimated total valueValue excluding VAT: 1 050 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72212900 Miscellaneous software development services and computer systems
II.2.3)Place of performanceNUTS code: FRG02 Maine-et-Loire
Main site or place of performance:
II.2.4)Description of the procurement:
— Software development and maintenance services (both for new and existing projects, corrective maintenance and adaptive maintenance) for the CPVO,
— Provision of services for development, testing and installation of information systems,
— Provision of technical documentation, training and maintenance of these systems,
— Help desk function with end users for corrective maintenance.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
2 renewals of 1 year each maximum.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
See Tender Specifications
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 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: 17/05/2019
Local time: 16:00
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, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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)
IV.2.7)Conditions for opening of tendersDate: 27/05/2019
Local time: 14:00
Place:
3 Boulevard Maréchal Foch, 49100 Angers, France
Information about authorised persons and opening procedure:
1 representative per tenderer
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Court of Justice of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address:
https://curia.europa.eu VI.5)Date of dispatch of this notice:05/04/2019