Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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:
Software development and support.
Reference number: 2016/EJ/06/PO.
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 objective of the call for tender is to ensure that Eurojust is provided with software applications' analysis, specification, development, maintenance and support services meeting the quality expectations and service level targets as detailed in Annex 1 — technical specifications. The scope of the contract is the provision of software development and support services during the full life cycle of software applications. The services include support in the areas of:
— business requirements analysis,
— system requirements analysis,
— software specification,
— software development,
— software release,
— software maintenance and support.
II.1.5)Estimated total valueValue excluding VAT: 17 675 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: NL332 Agglomeratie 's-Gravenhage
Main site or place of performance:
The Hague and contractor's premises.
II.2.4)Description of the procurement:
ICT framework service contract with 1 contractor for the provision of software applications' analysis, specification, development, maintenance and support services.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 17 675 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: yes
Description of renewals:
The contract will have an initial duration of 12 months and shall be renewed automatically up to a maximum of 2 times: first time for a period of 48 months and second time for a period of 12 months.
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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
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 a single operator
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: 14/10/2016
Local time: 13:00
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: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 tenderDuration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 18/10/2016
Local time: 14:00
Place:
The opening session will take place at Eurojust's premises on the date and time indicated in the procurement documents.
Information about authorised persons and opening procedure:
1 representative per tenderer is allowed to attend the opening session. Should a tenderer wish to be present, it shall inform Eurojust of the name of its representative by e-mail (procurement@eurojust.europa.eu) not later than the date and time indicated in the procurement documents. Tenderers who do not register within the given deadline will not be allowed to attend the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address:
http://curia.europa.eu VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:07/09/2016