Υπηρεσίες - 282431-2017

21/07/2017    S138

Luxembourg-Luxembourg: External provision of enterprise architecture, methodology, quality assurance and audit

2017/S 138-282431

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, Directorate-General for Innovation and Technological Support (ITEC)
Postal address: SCH Building, plateau de Kirchberg
Town: Luxembourg
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Postal code: 2929
Country: Luxembourg
Contact person: PAC Head of Unit
E-mail: ITEC-PAC-ITS17@europarl.europa.eu
Internet address(es):
Main address: http://www.europarl.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=2698
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:

External provision of enterprise architecture, methodology, quality assurance and audit.

Reference number: PE/ITEC-ITS17.
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 covers the provision of enterprise architecture, methodology, quality assurance and audit services.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
NUTS code: BE BELGIQUE-BELGIË
NUTS code: FR FRANCE
Main site or place of performance:

Brussels, Luxembourg, Strasbourg.

II.2.4)Description of the procurement:

This call for tenders covers the provision of enterprise architecture, methodology, quality assurance and audit services.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

See tender documents.

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: no
II.2.14)Additional information

Total quantity = 27 224 man-days.

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 tender specifications.

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

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 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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/08/2017
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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: 04/09/2017
Local time: 10:00
Place:

European Parliament premises in Luxembourg (exact meeting room and building location will be communicated by e-mail at the latest the day before the opening of tenders).

Information about authorised persons and opening procedure:

See conditions for submitting a tender.

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 of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: The European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
E-mail: euro-ombudsman@europarl.europa.eu
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
VI.5)Date of dispatch of this notice:
11/07/2017