Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Commission, Directorate-General for Informatics, Resources Management and Optimisation Directorate, ICT Procurement and Contract Management Unit
Postal address: rue Belliard 28, Office: 07/142
Town: Brussels
Postal code: 1049
Country: Belgium
For the attention of: Mr Martin Bilbao, Head of Unit
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 22960762
Fax: +32 22957702
Internet address(es):
General address of the contracting authority: http://ec.europa.eu/dgs/informatics/index_en.htm
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=559
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activityOther: Information technologies.
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: EASME — Executive Agency for Small and Medium-sized Enterprises
Postal address: place Rogier 16
Town: Brussels
Postal code: 1210
Country: Belgium
Official name: Chafea — Consumers, Health and Food Executive Agency
Postal address: Drosbach Building
Town: Luxembourg
Postal code: 2920
Country: Luxembourg
Official name: Research Executive Agency
Postal address: place Rogier 16
Town: Brussels
Postal code: 1210
Country: Belgium
Official name: European Research Council Executive Agency
Postal address: place Rogier 16
Town: Brussels
Postal code: 1210
Country: Belgium
Official name: Innovation and Networks Executive Agency
Postal address: chaussée de Wavre 910
Town: Brussels
Postal code: 1040
Country: Belgium
Official name: Education, Audiovisual and Culture Executive Agency
Postal address: avenue du Bourget 1
Town: Brussels
Postal code: 1049
Country: Belgium
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
ITSS time and means III.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: The main places of delivery are Brussels, Luxembourg, other places of delivery will be located in Geel, Petten, Karlsruhe, Seville, Strasbourg, Dublin (Grange), Ispra and other locations of JRC. Exceptionally, the services may be delivered in any other place in the EU.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 2
II.1.5)Short description of the contract or purchase(s)
The purpose of the call for tenders is to select up to 3 contractors as external service providers for the provision of IT service support on a time and means basis.
II.1.6)Common procurement vocabulary (CPV)72500000 Computer-related services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
300 full time equivalents (FTEs)/year is considered as the basis to determine the estimated volume for the ITSS-T&M-III procurement procedure.
Please see the tendering specifications for details.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: See tendering specifications.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tendering specifications.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tendering specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tendering specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DIGIT/R2/PO/2014/037 ITSS T&M III.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate11.9.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 18.9.2014 - 10:00
Place:
European Commission, Directorate-General for Informatics, rue Belliard 28, 1049 Brussels, BELGIUM.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Maximum 2 representatives per tenderer may attend the opening session. For security and organisational reasons, tenderers should notify the name of that person(s) by e-mail to the Directorate-General for Informatics (to e-mail address: digit-contracts-info-centre@ec.europa.eu), no later than 2 working days before the opening session, failing which the Directorate-General for Informatics reserves the right to refuse to admit the tenderer's representative(s) to the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The tendering specifications and additional documents (including questions and answers) will be made available at the following website address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=559
If they wish so, interested parties may register via the website. This will allow them to be informed from the e-tendering system when an update with regard to the present call for tenders is made available.
Non-registered parties are invited to consult the website regularly. The Commission will not be liable if tenderers do not take notice of the additional information published on the website with regard to the present call for tenders.
No paper copy will be issued. The Directorate-General for Informatics was certified 'EMAS' in 2008 and therefore adopts environmentally friendly behaviour. EMAS is the eco-management and audit scheme, the EU voluntary instrument used by organisations to improve their environmental performance.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff or, in the absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: European Commission, Directorate-General for Informatics, Resources Management and Optimisation Directorate, ICT Procurement and Contract Management Unit
Postal address: rue Belliard 28
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 22960762
Fax: +32 22957702
VI.5)Date of dispatch of this notice:27.6.2014