Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from another 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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Maintenance and Evolution of Core Service Platform Cooperation Mechanism for CSIRTs –MeliCERTes Facility – SMART 2018/1024
Reference number: SMART 2018/1024
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 MeliCERTes facility, developed under SMART 2015/1089, involves use of open source tools developed and maintained by and for Computer Security Incident Response Teams (CSIRTs) for secure communications, incident and threat management and artefact analysis. It exists to support the CSIRTs Network under the NIS Directive by facilitating cross-border co-operation encompassing data exchange between two or more participating CSIRTs based on the concept of trust.
The Commission proposes to procure a manager to further maintain and develop MeliCERTes in conjunction with ENISA and participating CSIRTs. The manager should have an excellent knowledge of the CSIRTs user community and so has a direct insight as to the ongoing and evolving needs of CSIRTs regarding software tools. The manager will maintain the existing facility, will provide enabling hardware, will establish arrangements for the maintenance of the code base and will enable MeliCERTes to evolve with new tools and functions.
II.1.5)Estimated total valueValue excluding VAT: 2 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72422000 Internet or intranet server application development services
72224000 Project management consultancy services
72221000 Business analysis consultancy services
72267000 Software maintenance and repair services
72253000 Helpdesk and support services
72251000 Disaster recovery services
72212900 Miscellaneous software development services and computer systems
72514100 Facilities management services involving computer operation
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
II.2.4)Description of the procurement:
See Internet address provided in Section I.3
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: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
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: yes
Identification of the project:
CEF Work Programme - Decision C(2018)568
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 Internet address provided in Section I.3
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.2.2)Contract performance conditions:
See Internet address provided in Section I.3.
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: 28/06/2019
Local time: 15:00
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:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
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: 02/07/2019
Local time: 11:00
Place:
European Commission, Directorate-General for Communications Networks, Content and Technology, Avenue de Beaulieu 25, 1160 Brussels, Belgium
Information about authorised persons and opening procedure:
See Internet address provided in Section I.3.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:06/05/2019