Services - 22859-2020

17/01/2020    S12

Luxembourg-Luxembourg: Maintenance and Development of MS Project Server-Based Information Systems

2020/S 012-022859

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: Cour des comptes européenne
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: 1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5848
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: Cour des comptes européenne
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
Telephone: +352 43981
E-mail: eca-procurement.service@eca.europa.eu
Fax: +352 4398-46946
NUTS code: LU LUXEMBOURG
Internet address(es):
Main address: http://www.eca.europa.eu
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Maintenance and Development of MS Project Server-Based Information Systems

Reference number: AO 708
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

This call for tenders is aiming to award a service contract (hereafter referred to as ‘Contract’) related to maintenance and development of MS Project Server-based Information Systems.

The services covered by this Contract are divided into direct and additional tasks:

A) Direct tasks are the following:

Maintenance and support to MS Project Server-based Information Systems remunerated on the basis of ‘Annual fixed-price’;

B) Additional tasks are the following:

Development of MS Project Server-based Information Systems remunerated on the ‘Fixed-price’ basis.

The Court will order additional tasks only if a need arises, by issuing a specific contract (no obligation on the part of the Court as regards the purchase of the tasks). Only once a specific contract is concluded its implementation is binding for the Court.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72260000 Software-related services
72267000 Software maintenance and repair services
72262000 Software development services
II.2.3)Place of performance
NUTS code: LU0 LUXEMBOURG
Main site or place of performance:

At the Court premises (12, Rue A. de Gasperi, L-1615 LUXEMBOURG) or remotely.

II.2.4)Description of the procurement:

The present Contract concerns the following Fixed-price services:

(a) S1: maintenance (including corrective, evolutive and/or adaptive maintenance) and support of MS Project Server-based applications or information systems (IS) of the Court mentioned in section B.2 of tender specifications — referred to as ‘Direct tasks’;

(b) S2: development of new services and applications and the integration of these applications with other IS of the Court, referred to as ‘Additional tasks’.

The share of activities will be 2/3 for maintenance (S1) and 1/3 for progressive development (S2).

Execution of direct tasks shall start on either date:

— if the take-over of activities is applicable, the execution of the direct tasks shall start immediately after the end of take-over,

— if take-over is not applicable, the execution of direct tasks shall start on 1st day of the month following the signature of the Contract by the last contracting party.

The Court will order the additional tasks only if a need arises by issuing a specific contract (no obligation on the part of the Court as regards the purchase of the tasks). Execution of the additional tasks shall start from the date indicated on the related specific contract.

II.2.5)Award criteria
Price 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 system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

General budget of the European Union

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 registers
List and brief description of conditions:

Tenderers that are in one of the situations described in Articles 136 and 141 of the Financial Regulation shall be excluded from participation in this open call for tenders and not be awarded the contract.

Tenderers must be legally capable of performing the service contract they apply for. A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitation to tender – Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the legal capacity shall be requested from the tenderers to whom the award of the contract might be proposed:

(a) proof of entry on the professional or trade register under the conditions laid down by legislation in the country in which the tenderers reside;

(b) a legible copy of the notice of appointment of the person(s) authorised to represent the tenderer in concluding contracts, if it is not included in the above mentioned document.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Tenderers must have the necessary economic and financial capacity to perform the Contract in compliance with the contractual provisions, taking into account its value and scale. If, in the light of the information supplied by the tenderer, the Court has doubts about tenderer's economic and financial capacity, or if it is clearly insufficient for performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation. A declaration on honour on the exclusion and selection criteria (Annex 3 of the invitationto tender – Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the economic and financial capacity shall be requested from the tenderers to whom the award of the contract might be proposed:

— statement of the economic operator’s overall turnover and turnover in the area covered by the Contract (turnover relating to the services covered by this call for tenders – maintenance/support and development of Microsoft Project Server based applications) for a maximum of the last 3 financial years available,

— financial statements or their extracts for a period equal to or less than the last 3 years for which accounts have been closed,

— proof of relevant professional risk indemnity insurance.

Minimum level(s) of standards possibly required:

In respect of the Contract which is the subject of this invitation to tender, the Court requires tenderers to have the following minimum levels of economic and financial capacity:

(a) economic operators shall have the average specific annual turnover relating to the services covered by this call for tenders (maintenance/support and development of Microsoft Project Server based applications) of at least 300 000 EUR in the last 3 financial years.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Tenderers must have the necessary technical and professional capacity to enable them to execute the Contract in compliance with the contractual provisions, taking into account its value and scale. A declaration on honour on the exclusion and selection criteria (Annex 3 of the Invitation to tender – Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the technical and professional capacity shall be provided with the tender:

— description and evidence of at least 3 and maximum 5 contracts or completed projects performed in the last 3 years (i.e. from January 2017) for at least 3 different clients, complying with requirements stated in Section A.8.3.

Minimum level(s) of standards possibly required:

In respect of the Contract, which is the subject of this invitation to tender, the Court requires tenderers to have the following minimum levels of technical and professional capacity:

Experience — evidence of max. 5 and min. 3 contracts or completed projects

— the tenderer must prove that he has performed at least 3 projects/contracts in the last 3 years for at least 3 different clients. The submitted projects/contracts must be relevant in terms of subject of this call for tenders (services/technologies/methodologies/tools).

Requirements concerning each submitted project/contract:

— each submitted project/contract, in order to be accepted, shall include at least 1 of the services S1 and S2 (see point B.3).

Requirements concerning all submitted projects/contracts:

— the total duration shall be at least of 10 man-months in the last 3 years (starting from January 2017 until February 2020 — deadline for the submission of tender),

— they shall altogether cover at least the following services:

S1: Maintenance (including corrective, evolutive and/or adaptive maintenance) and support of MS Project Server- based applications or information systems;

S2: Development of information systems or applications based on MS Project Server technology, in areas such as planning and/or project management and/or resource allocation and/or decision-making and/or reporting or Business Intelligence, etc.

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation 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 procedure
Open 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 participate
Date: 20/02/2020
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 26/02/2020
Local time: 10:00
Place:

European Court of Auditors, 12, rue Alcide de Gasperi, L-1615 LUXEMBOURG — Kirchberg.

Information about authorised persons and opening procedure:

Tenderers or their representative who wish to be present at the opening of the bids must inform the European Court of Auditors in writing (fax (+352) 4398-46667, email: ECA-procurement.service@eca.europa.eu) by 26.2.2020 at 12 a.m. at the latest and must produce their authorisation from the tendering company. Only 1 representative per tenderer will be admitted.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal de l'Union européenne
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: Médiateur européen
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Appeal to the General Court of the European Union within 2 months of the plaintiff being notified on the success or not of its tender or, failing this, of the day on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Cour des comptes européenne, Service des appels d'offres et contrats
Postal address: 12, Rue Alcide De Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
06/01/2020