Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Parliament — Directorate-General for Finance
Postal address: Plateau de Kirchberg
Town: Luxembourg
NUTS code:
LU000 LuxembourgPostal code: L-2929
Country: Luxembourg
Contact person: Didier Klethi
E-mail:
dgfins.Marches@ep.europa.euInternet address(es): Main address:
http://www.europarl.europa.eu I.3)CommunicationAdditional information can be obtained from another address:
Tenders or requests to participate must be submitted to the following 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:
External Provision of IT Services: Expertise for Corrective, Adaptive and Evolutive Maintenance of the FMS Project
Reference number: PE/FINS-FMS 19
II.1.2)Main CPV code72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contractServices
II.1.4)Short description:
The subject-matter of the contract is to provide IT expertise for corrective, adaptive and evolutive maintenance of the Financial Management System (FMS) of the European Parliament, based on a S4/HANA (SAP) solution. Adaptive maintenance refers to upgrade to new S4/HANA version (17/09 version will be used for go-live) and evolutive maintenance refers to other collateral SAP projects in close association to FMS (e.g. Cost accounting extension, new tracking procedures, WH database improvements, reinforcement of reporting, electronic signature, etc.),or other European Parliament SAP projects.
II.1.5)Estimated total valueValue excluding VAT: 24 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: LU00 Luxembourg
II.2.4)Description of the procurement:
This call for tenders covers the provision of on-site (intra-muros) and off-site (extra-muros) services on a time and means, quoted time and means and fixed price basis.
The contract will be concluded with the three tenderers submitting the best offers as external service providers for the provision of the IT services, provided that there is sufficient number of tenderers who fulfil the exclusion, selection and award criteria.
The contracts resulting from the present call for tenders will be a multiple framework contract without reopening of competition concluded with the European Parliament. Performance of the contract shall not begin until the framework contract is signed. Any renewal of the contract shall take place in accordance with the terms laid down in the contract.
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: 24 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The contract shall be renewed tacitly on an annual basis, but its duration may not exceed 5 years from the date of its entry into force, unless one of the parties objects thereto by registered letter sent at least 3 months before the expiry of the initial duration or before each annual renewal date. Such renewal shall not entail any modification or deferment of existing obligations.
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
A performance guarantee may be required in the specific contracts by the European Parliament to guarantee the proper performance of the orders.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingList and brief description of selection criteria:
Financial and economic capacity will be assessed on the basis of the information included in the following documents, to be supplied by tenderers:
— annual accounts for the past 3 financial years. accounts shall be closed and published or, at least, certified by auditors,
— a financial statement of the economic operator(s) turnover and profit for the last 3 financial years available, and
— a minimum annual turnover of 9 600 000 EUR for the 3 last closed years.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
In respect of the contracts which are the subject of this invitation to tender the European Parliament requires tenderers to have the following technical and professional capacity:
1) Tenderer’s manpower and qualification of staff relevant to allow the delivery of the required services as required below in the statement of the tenderer’s technical permanent staff per profile including CVs. Tenderer critical staff for the implementation of the main purpose of this call for tender has a minimum experience between three and 6 years (depending on the type of profile) in the implementation and maintenance of financial management systems based on SAP solutions covering the main areas of the financial management system of the European Parliament: budget planning and execution, financial and cost accounting, inventory and contract management and financial reporting;
2) Tenderer’s experience in the domain of the contract with reference to similar contracts. The tenderer will have an experience of minimum three years in the implementation of services related to this contract, in the implementation and maintenance of financial management systems using the S4/HANA platform;
3) Be a SAP platinum partner or equivalent in the field of the call for tender (in case of consortium, at least the Group leader shall be a SAP platinum partner in the field of the call for tender).
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The framework contracts will be performed on the basis of specific contracts, to be signed following the application of a system whereby orders are placed without competition being reopened.
The establishment of this system will entail a maximum of 3 framework contracts being signed with the first three tenderers, ranked in descending order upon completion of the evaluation of the tenders submitted.
When an order is placed, and before the corresponding specific contract is issued, the European Parliament will contact the contractor ranked first and, if it is unavailable, the second, and then, on the same terms, possibly the third.
Where a contractor refuses to perform a specific order, it may not refer to any reasons other than those laid down in 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: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
48 months could be sufficient, but in case a new necessary project associated to FMS needs to be finalised by the same contractor (mainly to avoid significant impacts during the knowledge transfer process), a duration of 60 months has been foreseen.
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: 24/05/2019
Local time: 12:00
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 06/06/2019
Local time: 10:00
Place:
Information about authorised persons and opening procedure:
Up to 2 people 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:
During the three years following the signature of the contracts, the European Parliament may exercise the option to increase, in case of unforeseen needs (e.g. a change in policy, in case of reorganisation or any other similar reason), the original expenditure ceiling by a maximum of 50 % of the original contract value via a negotiated procedure for the repetition of similar services with the successful tenderers (Point 11 (1) (e) of Annex I to the Financial Regulation). The new services will be awarded according to the conditions applied for the original contract, as laid down in the procurement documents. No new framework contract will be signed but a supplementary agreement will be signed with a view to amending the original expenditure ceiling.
VI.4)Procedures for review
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:04/04/2019