Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Dienstleistungen - 322105-2016

17/09/2016    S180

Belgium-Brussels: Provision of operations, integration and control of IT service management for IT systems (ITSM3 integration)

2016/S 180-322105

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 Taxation and Customs Union
Postal address: rue Joseph II 79 (office J-79 6/40)
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1049
Country: Belgium
E-mail: taxud-tenders@ec.europa.eu
Telephone: +32 22995050
Fax: +32 22995444
Internet address(es):
Main address: https://ec.europa.eu/taxation_customs/calls-tenders-grants-calls-expression-interest/calls-tenders_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://ec.europa.eu/taxation_customs/calls-tenders-grants-calls-expression-interest/calls-tenders_en
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
Other activity: Taxation and Customs Union.

Section II: Object

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

Provision of operations, integration and control of IT service management for IT systems (ITSM3 integration).

Reference number: TAXUD/2016/AO-02.
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:

The present call for tenders relates to the provision of IT service management support for DG Taxation and Customs Union IT systems.

The procurement documents will be available for downloading from the website of the Directorate-General for Taxation and Customs Union (https://ec.europa.eu/taxation_customs/calls-tenders-grants-calls-expression-interest/calls-tenders_en).

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: 00 Not specified
Main site or place of performance:

The contractor's usual premises within the EU. All information and data processed by the contractor in the context of the performance of the contract must remain stored exclusively in the EU.

II.2.4)Description of the procurement:

Services include the integration of the technical, administrative and operational management. This involves the architecture, operations, asset, contract, security and project management aspects. The main objective is to ensure the coherence, the completeness and the efficiency of DG Taxation and Customs Union IT services. Services also include the provision of project management support, benchmarking and consultancy on collaboration. The actual operational and technical services necessary to operate or implement the systems are outside the scope of the call for tenders.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
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: Customs 2020 programme and Fiscalis 2020 programme.
II.2.14)Additional information

— Customs 2020 programme (Regulation (EU) No 1294/2013 of the European Parliament and of the Council of 11.12.2013).

— Fiscalis 2020 programme (Regulation (EU) No 1286/2013 of the European Parliament and of the Council of 11.12.2013).

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:

As stated in the procurement documents.

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:

Tenders from consortia of firms or groups of service providers: contractors or suppliers must specify and quantify the role, qualifications and experience of each member of the consortium or group. In the case of a joint offer, one of the companies has to be designated as the prime contractor but partners in a joint offer assume joint and several liability towards the European Commission for the performance of the contract as a whole.

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: Complex and long handover/takeover periods.
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: 15/12/2016
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:
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: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 22/12/2016
Local time: 10:00
Place:

rue Joseph II 79, 1000 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Subject to prior request, 1 representative per tenderer only.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

1. Services will be delivered from the contractor's usual premises from within the EU territory. All information and data processed by the contractor in the context of the performance of the contract must remain stored exclusively within the EU territory.

2. The contract is related to a project and/or programme financed by European Union funds:

— Customs 2020 programme (Regulation (EU) No 1294/2013 of the European Parliament and of the Council of 11.12.2013 establishing an action programme for customs in the European Union for the period 2014–2020 (Customs 2020) and repealing Decision No 624/2007/EC) and following programmes,

— Fiscalis 2020 programme (Regulation (EU) No 1286/2013 of the European Parliament and of the Council of 11.12.2013 establishing an action programme to improve the operation of taxation systems in the European Union for the period 2014–2020 (Fiscalis 2020) and repealing Decision No 1482/2007/EC) and following programmes.

3. Justification for a framework agreement, the duration of which exceeds 4 years:

complex and long handover/takeover periods alongside the need to ensure a sufficient and stable period of continuity for operations and support.

4. The procurement documents will be available for downloading from the website of the Directorate-General for Taxation and Customs Union (https://ec.europa.eu/taxation_customs/calls-tenders-grants-calls-expression-interest/calls-tenders_en).

VI.4)Procedures for review
VI.4.1)Review body
Official 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
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
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: http://www.ombudsman.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Commission, Directorate-General for Taxation and Customs Union
Postal address: J79 06/40
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: taxud-tenders@ec.europa.eu
Telephone: +32 22995050
Fax: +32 22995444
Internet address: http://ec.europa.eu/taxation_customs/index_en.htm
VI.5)Date of dispatch of this notice:
07/09/2016