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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Web Services
Reference number: F-SE-19-T01
II.1.2)Main CPV code72200000 Software programming and consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of this call for tender is the provision of web services to the European Union Agency for Fundamental Rights (FRA), including analysis, design and software development.
II.1.5)Estimated total valueValue excluding VAT: 1 050 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Provision of Intranet Services
Lot No: 1
II.2.2)Additional CPV code(s)72421000 Internet or intranet client application development services
II.2.3)Place of performanceNUTS code: AT130 Wien
Main site or place of performance:
The contractor's premises or any other place indicated in the tender documents.
II.2.4)Description of the procurement:
The services to be provided under this lot include software development and maintenance related to FRA’s intranet applications.
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: 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract(s) may be renewed up to 3 times for an additional period of 12 months each time. The contract shall be renewed automatically under the same conditions, unless written notification to the contrary. The duration of the contract shall not exceed 48 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
II.2)Description
II.2.1)Title:
Provision of Internet Services
Lot No: 2
II.2.2)Additional CPV code(s)72421000 Internet or intranet client application development services
II.2.3)Place of performanceNUTS code: AT130 Wien
Main site or place of performance:
The contractor's premises or any other place indicated in the tender documents.
II.2.4)Description of the procurement:
The services to be provided under this lot cover software development and maintenance of internet facing applications like the contracting authority’s website and other web applications available to the public/stakeholders.
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: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract(s) may be renewed up to 3 times for an additional period of 12 months each time. The contract shall be renewed automatically under the same conditions, unless written notification to the contrary. The duration of the contract shall not exceed 48 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.1.2)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 specified in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contractObligation 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 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 several operators
Envisaged maximum number of participants to the framework agreement: 5
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: 25/09/2019
Local time: 17:00
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: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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 02/10/2019
Local time: 10:30
Place:
At the contracting authority's premises
Information about authorised persons and opening procedure:
As indicated in the procurement documents.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Tenders may be submitted in any of the EU official languages, but preferably in English. Tender documents will be available for download at the address indicated under heading I.3. The website will be updated regularly and it is the tenderers' responsibility to check for updates and modifications during the tendering period.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu/ VI.4.2)Body responsible for mediation proceduresOfficial name: General Court
Postal address: rue du Fort Niedergruenewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu/ VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:24/07/2019