Services - 258106-2016

27/07/2016    S143

Belgium-Brussels: Acquisition of a case management framework and related IT consultancy services for the European Commission

2016/S 143-258106

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Competition
Postal address: MADO
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
E-mail: EC-CM-TENDER@ec.europa.eu
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1747
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=1747
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Acquisition of a case management framework and related IT consultancy services for the European Commission.

Reference number: COMP62016/019.
II.1.2)Main CPV code
48900000 Miscellaneous software package and computer systems
II.1.3)Type of contract
Services
II.1.4)Short description:

The European Commission's next-generation solution for case management should be built based on a case management framework to be acquired via public procurement. Case management frameworks are software meant to be configured, extended, integrated and interoperable with other assets by buyers, enabling the speedy delivery of customised and flexible solutions. Case management frameworks implement ‘out of the box’ case management entities and provide architectural patterns and capabilities relevant for the implementation of a case management solution. The procurement will provide as well for the acquisition of specialised IT consultancy services to support the European Commission in the installation, configuration, integration, maintenance and upgrade of the case management framework when necessary.

II.1.5)Estimated total value
Value excluding VAT: 12 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72200000 Software programming and consultancy services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:

The premises of the European Commission in Brussels, or the premises of the European Commission's hosting infrastructure in Luxembourg, or the contractor's premises.

II.2.4)Description of the procurement:

See Internet address provided in Section I.3.

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
Value excluding VAT: 12 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

See Internet address provided in Section I.3.

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: EU administrative appropriations.
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:

See Internet address provided in Section I.3.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years: IT software and related services.
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: 07/10/2016
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 17/10/2016
Local time: 10:00
Place:

European Commission, DG Competition, place Madou 1, 1210 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Maximum 2 representatives of each tenderer may attend the opening of the tenders. Companies wishing to attend are requested to notify their intention by sending an email at least 2 working days in advance to EC-CM-TENDER@ec.europa.eu

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: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
15/07/2016