Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: Europol
Postal address: Eisenhowerlaan 73
Town: The Hague
NUTS code:
NL332 Agglomeratie ’s-GravenhagePostal code: 2517 KK
Country: Netherlands
E-mail:
procurement@europol.europa.euTelephone: +31 703531594
Fax: +31 703180808
Internet address(es): Main address:
www.europol.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned 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 activityPublic order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: 1908/C1/D
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:
This procurement procedure aims at awarding a multiple framework contract with a maximum of three (3) contractors for the provision of ICT consultancy services in time and means mode.
II.1.5)Estimated total valueValue excluding VAT: 24 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72100000 Hardware consultancy services
72200000 Software programming and consultancy services
72600000 Computer support and consultancy services
72800000 Computer audit and testing services
II.2.3)Place of performanceNUTS code: NL332 Agglomeratie ’s-Gravenhage
Main site or place of performance:
Mainly Europol premises in The Hague, The Netherlands. Exceptionally, Europol may request delivery of services in other Europol’s sites in the Netherlands and/or abroad.
II.2.4)Description of the procurement:
The framework contract covers ICT Consultancy services related to information systems conception, development and implementation. In particular it covers the following areas:
— ICT architecture,
— ICT business architecture,
— ICT development,
— ICT operations and infrastructure,
— ICT quality and testing,
— ICT project management,
— ICT general,
— ICT security,
— ICT training,
— ICT service management,
— ICT technology experts.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 24 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
2 possible automatic renewals of 12 months each.
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: no
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:
As stated in the procurement documents.
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
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.2)Time limit for receipt of tenders or requests to participateDate: 03/07/2019
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 04/07/2019
Local time: 14:00
Place:
Europol premises — Eisenhowerlaan 73, 2517 KK The Hague, THE NETHERLANDS.
Information about authorised persons and opening procedure:
Maximum 1 representative per tenderer. For security reasons, tenderers must register within the given deadline (please see the Invitation to tender and tender specifications) to be allowed to attend the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
Approximately within 4 years' time.
VI.3)Additional information:
Europol may, during the 3 years following the conclusion of the (initial) contract, have recourse to the negotiated procedure without prior publication of a Contract Notice (Art 134(e)of the Rules of Application) for additional contracts involving services similar to those assigned to the party awarded this contract by the same Contracting Authority.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in 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.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:22/05/2019