Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesEesti Rahvusraamatukogu
74000139
Tõnismägi 2
Tallinn
15189
Estonia
Contact person: Ago Oder
Telephone: +372 56807511
E-mail:
ago.oder@nlib.eeNUTS code:
EEInternet address(es):
Main address: http://www.nlib.ee
I.2)Information about joint procurement
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 authorityBody governed by public law
I.5)Main activityRecreation, culture and religion
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
“Framework movement” of software
Reference number: 209719
II.1.2)Main CPV code72262000
II.1.3)Type of contractServices
II.1.4)Short description:
The contract has resulted in the design and operation of a modern library service in Estonia. The objective of the solution is to connect the Estonian libraries’ collections to a simple search and allow users to get home (or a place close to home) from all over Estonia. Publications acquired in libraries are becoming mobile and the entire Estonian library network becomes available for use by the customer. It will provide a platform for libraries and an online environment and a mobile app for end users.
The procurement is not subdivided in so far as separate procurement of the lots is subject to the risks that the complete solution will not be employed as intended. The decision to procure all working sections (analysis, prototype development, development and testing) in the single tender will rely on request to conduct in-depth dialogues, mitigate risks and ensure the smooth running of the project processes in a limited time frame, anticipating the situation where the analysis is not sufficient for the developer.
II.1.5)Estimated total valueValue excluding VAT: 416 666.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)72262000
II.2.3)Place of performanceNUTS code: EE
II.2.4)Description of the procurement:
The contract has resulted in the design and operation of a modern library service in Estonia. The objective of the solution is to connect the Estonian libraries’ collections to a simple search and allow users to get home (or a place close to home) from all over Estonia. Publications acquired in libraries are becoming mobile and the entire Estonian library network becomes available for use by the customer. It will provide a platform for libraries and an online environment and a mobile app for end users.
The procurement is not subdivided in so far as separate procurement of the lots is subject to the risks that the complete solution will not be employed as intended. The decision to procure all working sections (analysis, prototype development, development and testing) in the single tender will rely on request to conduct in-depth dialogues, mitigate risks and ensure the smooth running of the project processes in a limited time frame, anticipating the situation where the analysis is not sufficient for the developer.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Riskide maandamise kava / Weighting: 10.0
Quality criterion - Name: Arendusprotsess / Weighting: 15.0
Quality criterion - Name: Funktsionaalne lahendus / Weighting: 50.0
Price - Weighting: 25.0
II.2.6)Estimated valueValue excluding VAT: 416 666.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 13
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
Objective criteria are laid down in the “Proposal for a competitive dialogue”
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
Enterprise Estonia’s programme for promoting innovation in procurement. Registration number EU52021
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
III.1.2)Economic and financial standingList and brief description of selection criteria:
(1) The arithmetical mean value of the net turnover for the last 3 (three) financial years ended must be at least EUR 600 000 per year in an area related to the subject matter of the contract. An area related to the subject-matter of the contract considers that the contracting authority considers the integration and development of information systems in the IT field.
The applicant shall provide details of the net turnover in the international format of the procurement passport (for example: https://espd.rmit.ee). Under Section 103 (4) of the RHS Section, for the purpose of demonstrating their economic and financial standing, joint applicants may rely on the resources of other joint applicants, pursuant to the provisions of the RHS. Under Section 103 (1) of the PPA, applicants may prove that they comply with the economic and financial conditions on the basis of the funds of any other undertaking. The call for tender shall also be accompanied by an invitation to tender in respect of the joint applicant and the person whose resources are relied upon and accompanied by a statement in the invitation to tender of the grounds for the exclusion of the persons concerned and the fulfilment of the corresponding selection criteria.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
(1) The applicant shall have complied with at least 36 (two) software development works (two) within the last 2 (thirty-six) months of the date of publication of this invitation to tender, under which the following conditions shall be met:
(1) cost of at least EUR 300 000 (excluding VAT) per contract;
(2) a detailed analysis, prototype development and implementation, testing and implementation of the solution have been made in the framework of the Agreement.
The applicant shall provide this information in the form of an international procurement passport (for example: https://espd.rmit.ee), indicating:
1) a brief description of the works performed together with a brief description of the work performed;
(2) the contract value;
3) the date on which the contract was concluded and the closing date;
(4) the other parties to the contract (including the indication of contact persons) (in box of the tender passport the beneficiaries of the aid).
Contracts that are fully executed and the contract is due to be executed shall be deemed to be fulfilled, and the duration of the contract has been passed on to the contracting authority and accepted by the contracting entity. Under Section 103 (4) of the RHS Section, joint applicants may, for the purpose of proving their technical and professional competence, rely on the resources of other joint applicants, pursuant to the provisions of the RHS.
In accordance with Section 103 (1) of the PPA, the applicant may prove that it meets the technical and professional requirements on the basis of the resources of another undertaking. The call for tender shall also be accompanied by an invitation to tender in respect of the joint applicant and the person whose resources are relied on and a statement in the invitation to tender of the grounds for the exclusion of the persons concerned and the fulfilment of the corresponding selection criteria.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 25/07/2019
Local time: 12:00
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:Estonian, English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
1 The contracting authority reserves the right to reject all tenders if:
2.1. the value of all tenders exceeds the estimated value of the contract;
2.2. the value of all tenders declared as corresponding exceeds the estimated value of the contract;
As part of the tender procedure 2.3, the call for competition that will change the realisation of the contract will change
Impossible (a reduction of the budgetary resources of the contracting authority, a request from the contracting authority for the mobilisation of Union funds;
rejection or partial settlement of the contract, etc.);
2.4. the conclusion of procurement contract has become impossible or unreasonable for reasons beyond the control of the contracting authority.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:14/06/2019