Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Taxation and Customs Union
Postal address: rue Joseph II 79 (office J-79 5/40)
Town: Brussels
NUTS code:
BE BELGIQUE-BELGIËPostal code: 1049
Country: Belgium
Contact person: Stéphane Mail Fouilleul
E-mail:
taxud-tenders@ec.europa.euTelephone: +32 22995050
Fax: +32 22995444
Internet address(es): Main address:
http://ec.europa.eu/taxation_customs/index_en.htm I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Taxation and Customs Union.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
TAXUD/2016/AO-01 — Services to cover the trans-European system management and coordination of the Directorate-General for Taxation and Customs Union (ITSM3-TES).
Reference number: TAXUD/2016/AO-01.
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:
Provision of IT services for the integration of DG Taxation and Customs Union IT systems with those of the national authorities to deliver the expected business solutions. These support services comprise:
— the management of the deployment and operations of trans-European systems and IT services of the Commission from a business perspective for national administrations, traders' communities and other economic operators,
— the assistance to DG Taxation and Customs Union concerning: 1) scope definition, systems definition, specifications of the TES and IT services; 2) IT collaboration amongst national authorities; 3) project and service management tasks; 4) service level management; 5) reporting; 6) working groups, workshops, meetings and trainings,
— the scope definition, systems definition, specifications, implementation, and operation of transformation projects.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 34 803 226.09 EUR
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
From the contractor's usual premises in the EU. All information/data processed by the contractor in the context of the performance of the contract must remain stored exclusively in the EU.
II.2.4)Description of the procurement:
As stated in the procurement documents.
II.2.5)Award criteriaQuality criterion - Name: As stated in the procurement documents / Weighting: 70
Price - Weighting: 30
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: yes
Identification of the project: Customs 2020 programme and Fiscalis 2020 programme as stated in the contract notice (2016/S 143-258114) of 27.7.2016.
II.2.14)Additional information
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
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.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: TAXUD/2017/CC/138
Title:
TAXUD/2016/AO-01 — Services to cover the trans-European system management and coordination of the Directorate-General for Taxation and Customs Union (ITSM3-TES)
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:11/04/2017
V.2.2)Information about tendersNumber of tenders received: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Consortium composed of Intrasoft International S.A. (leader), Sword Technologies S.A. and Unisys Belgium S.A.
Postal address: 2b, rue Nicolas Bové
Town: Luxembourg
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Postal code: 1253
Country: Luxembourg
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 34 803 226.09 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %
Section VI: Complementary information
VI.3)Additional information:
Complementary services, as stated in the tendering specifications, may be requested by the Commission according to the conditions foreseen in Article 104 of the Financial Regulation and in Article 134.1(e) of the rules of application, for a maximum value of 50 % of the framework contract's awarded amount.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address:
http://www.ombudsman.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The lodging of an appeal by a tenderer against the contract award decision must be done within 2 months from the date of sending of the letter informing the tenderers that the contracting authority has made a decision regarding the award of a contract.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:10/05/2017