III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Tenderers that are in one of the situations described in Articles 136 and 141 of the financial regulation shall be excluded from participation in this open call for tenders and not be awarded the contract.
Tenderers must be legally capable of performing the service contract they apply for. A declaration on honour on the exclusion and selection criteria (Annex 3 of the Invitation to tender – Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the legal capacity shall be requested from the tenderers to whom the award of the contract might be proposed:
(a) proof of entry on the professional or trade register under the conditions laid down by legislation in the country in which the tenderers reside,
(b) a legible copy of the notice of appointment of the person(s) authorised to represent the tenderer in concluding contracts, if it is not included in the abovementioned document,
(c) proof on compliance with national reporting obligations for posted workers – where applicable - or declaration on honour that no posted workers from other States are used for the execution of the services or that the national law foresees no reporting obligation.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers must have sufficient economic and financial capacity to perform the contract in compliance with the terms of the contract, taking into account its value and scale. If, in the light of the information supplied by the tenderer, the court has doubts about a tenderer's economic and financial capacity, or if it is clearly insufficient for performance of the contract, the tender may be rejected without the tenderer being able to claim any financial compensation. A declaration on honour on the exclusion and selection criteria (Annex 3 of the Invitation to tender – Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the economic and financial capacity shall be requested from the tenderers to whom the award of the contract might be proposed:
(a) financial statements or their extracts for a period equal to the last 3 years for which accounts have been closed;
(b) a statement of the economic operator’s overall turnover in the area covered by the contract for the last 3 financial years available (if not already covered in the financial statement mentioned above);
(c) proof of relevant professional risk indemnity insurance.
Minimum level(s) of standards possibly required:
In respect of the contract which is the subject of this invitation to tender, the court requires tenderers to have the following minimum levels of economic and financial capacity:
(a) economic operators shall have a minimum yearly turnover of 2 500 000 EUR in the last 3 financial years in the area covered by the contract.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Tenderers must have the necessary technical and professional capacity to enable them to execute the Contract in compliance with the contractual provisions, taking into account its value and scale. A declaration on honour on the exclusion and selection criteria (Annex 3 of the Invitation to tender – Form 5), dated and duly signed by an authorised representative of the tenderer, shall be provided with the tender. The following documents as regards the technical and professional capacity shall be provided with the tender:
(a) the evidence of up to ten(10), but not less than two(2) contracts executed in the last three(3) calendar years, for two(2) different companies/administrations that, taken together.
— have covered the IT infrastructures operations and evolution services similar to those ones covered by the scope of the contract (see section B-6. below),
— have covered systems, office automation and application hosting environments technologies and services listed in Annex A to the tender specifications.
For each of those contracts, the tenderer must use a template provided in the model offer: ‘Service Contract Reference Form’ (SCRF) (Annex 3 – Form 6) and fill it in.
The court reserves its right to contact the customers referenced by the tenderer and to request the certificates of satisfactory execution of services signed by customers.
(b) existing facilities:
The facilities existing at the tenderer's premises for performing the contract must allow the tenderer to effectively execute the services required of it. The tenderer shall provide with its offer a document describing the facilities existing at its premises for supporting the performance of the contract:
— a description of the elements that constitute the tenderer's internal training and documentation centre (existing prior to the publication of the present invitation to tender), its organisation, its operation, etc.
— a description of the elements constituting an engineering and design department of the tenderer, as evidence of its capacity to perform, at its own premises, the services that are required, covering the technical fields included in the scope of the Contract.
Minimum level(s) of standards possibly required:
In respect of the contract which is the subject of this invitation to tender, the court requires tenderers to have the following minimum levels of technical and professional capacity:
(a) experience:
The tenderer has successfully carried out, in the last three(3) calendar years, service contracts for two(2) different companies/administrations that, taken together.
— have covered the IT infrastructures operations and evolution services similar to those ones covered by the scope of the contract (see section B-6. below),
— have covered systems, office automation and application hosting environments technologies and services listed in Annex A to the tender specifications.
In order to pass the selection phase, at least two (2) SCRFs must be accepted, and the accepted SCRFs shall altogether:
— prove service provision in the last 3 years,
— cover all the services indicated in part B, Section 6,
— cover all systems, technologies and services listed in Annex A to the tender specifications and identified as ‘mandatory’m and
— represent a total value of at least 800 000 EUR per year (i.e. In case of a service contract shorter than one year, its total real value shall be provided).
(b) existing facilities.
The facilities existing at the tenderer's premises for performing the contract must allow the tenderer to effectively execute the services required of it.