Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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:
Framework Contract for IT Services Covering ECHA’s Bespoke Applications Sourcing Tiers
Reference number: ECHA/2020/666.Lot 2
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 envisaged procurement channel will cover services to support the development and maintenance activities of Scientific IT tools supporting the regulatory processes currently entrusted to ECHA without preclusion of those that shall or are in the process of being entrusted to ECHA, on the basis of the EU chemicals legislation.. This call for tenders is inter-institutional. The lead contracting authority is the European Chemicals Agency in Helsinki (ECHA) acting as an agent for the participating entities for the purposes of managing the call for tenders and resulting framework contract.The European Commission, assisted by its Directorate General Environment (DG ENV), is a participating entity and contracting authority in the framework contract.
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: 61 000 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)72200000 Software programming and consultancy services
II.2.3)Place of performanceNUTS code: FI1B1 Helsinki-Uusimaa
Main site or place of performance:
Contractor's and ECHA's premises.
II.2.4)Description of the procurement:
Primary channel for RUN and GROW initiatives, primarily covering IT services on project-based activities covering the enhancement of existing products and delivery of established services such as keeping the products up and running, address changes, fixes and user support activities.
II.2.5)Award criteriaQuality criterion - Name: Overall management of the services / Weighting: 9
Quality criterion - Name: Working in a multi-party FWC / Weighting: 12
Quality criterion - Name: Efficiency in maintaining and further developing a portfolio of established IT products / Weighting: 18
Quality criterion - Name: Effective management of human capital / Weighting: 12
Quality criterion - Name: Scenario / Weighting: 9
Price - Weighting: 40
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
In lot 2 the procedure has resulted in the conclusion of multiple framework contracts (FWC) in cascade.
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: no
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: ECHA/2020/666
Title:
Provision of IT Run and Grow Services
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:28/04/2021
V.2.2)Information about tendersNumber of tenders received: 2
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Network Research Belgium S.A. (NRB SA), Business Unit Trasys International (leader of Consortium OMEGA)
National registration number: 0430502430
Postal address: Parc Industriel des hauts sarts 2 Avenue 65
Town: Herstal
NUTS code: BE3 Région wallonne
Postal code: 4040
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Sopra Steria Benelux
National registration number: 0474817275
Postal address: 15-23 Avenue Arnaud Fraiteur
Town: Brussels
NUTS code: BE1 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1050
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Sword Service Greece S.A.
National registration number: 138231401100
Postal address: Gyzi 3 str., Maroussi
Town: Athens
NUTS code: EL3 Αττική / Attiki
Postal code: 15125
Country: Greece
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 61 000 000.00 EUR
Total value of the contract/lot: 61 000 000.00 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 V: Award of contract
Contract No: ECHA/2020/666
Title:
Provision of IT Run and Grow Services
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:28/04/2021
V.2.2)Information about tendersNumber of tenders received: 2
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: UNI Systems Systimata Pliroforikis Monoprosopi Anonymi Emporiki Etairia (leader of Consortium Optimus)
National registration number: 121831201000
Postal address: Al Pantou Street 19-23
Town: Kallithea
NUTS code: EL3 Αττική / Attiki
Postal code: 17671
Country: Greece
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Atos Belgium NV/SA
National registration number: 0401848135
Postal address: Da Vincilaan 5
Town: Zaventem
NUTS code: BE1 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1930
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Intrasoft International SA
National registration number: RCS LU B56565
Postal address: rue Nicolas Bove 2B
Town: Luxembourg
NUTS code: LU Luxembourg
Postal code: L-1253
Country: Luxembourg
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 61 000 000.00 EUR
Total value of the contract/lot: 61 000 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 36 %
Section VI: Complementary information
VI.3)Additional information:
By virtue of point 11.1(e) and point 11.4 of Annex I to the Financial Regulation ECHA reserves the option to launch a negotiated procedure with the contractor chosen as a result of the present call for tenders for new services consisting in the repetition of similar services, during the 3 years following the signature of the original contract.
Tenderers and participants in this procurement procedure are informed that for the purposes of safeguarding the financial interests of the Union, their personal data may be transferred to internal audit services, to the European Court of Auditors, to the financial irregularities panel or to the European Anti-Fraud Office (OLAF), and between authorising officers of the Union bodies, the Commission and the executive agencies. The contracting authority and OLAF may also check or require an audit on the implementation of the contract resulting from this procurement procedure.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
You may submit any observations concerning the award procedure to the contracting authority indicated under Heading I.1). If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such a complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal. Within 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1).
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:04/05/2021