Services - 371412-2019

Submission deadline has been amended by:  506368-2019
07/08/2019    S151

Luxembourg-Luxembourg: IT Infrastructures Operations and Evolution services

2019/S 151-371412

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Cour des comptes européenne
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG
Postal code: 1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5180
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: Cour des comptes européenne
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
Contact person: Service des appels d'offres et contrats
Telephone: +352 43981
E-mail: eca-procurement.service@eca.europa.eu
Fax: +352 4398-46946
NUTS code: LU LUXEMBOURG
Internet address(es):
Main address: http://www.eca.europa.eu
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

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

IT Infrastructures Operations and Evolution services

Reference number: AO 662
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 European court of auditors is planning to award a service contract for the provision of services for the operations and evolution of its IT infrastructures.

The services covered by this contract are divided into direct and additional tasks:

Direct tasks are the following:

A. Operations of the IT Infrastructures inside the normal contractor service hours remunerated on the basis of ‘Annual fixed-price’.

Additional tasks are the following:

B. Operations of the IT Infrastructures in addition to those services mentioned under A) for any required special needs, remunerated on the basis of ‘Time and means’; and

C. IT Infrastructures evolution projects remunerated on the ‘Fixed-price’ basis.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72200000 Software programming and consultancy services
72510000 Computer-related management services
72600000 Computer support and consultancy services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG
Main site or place of performance:

At the court premises (12, rue A. de Gasperi, L-1615 Luxembourg) or remotely (at any premises the Contractor within of the EU).

II.2.4)Description of the procurement:

The services of this contract shall be delivered on the following basis:

A. Direct tasks — on the basis of annual fixed-price.

Execution of ‘Annual fixed-price’ for the operations of the IT infrastructures inside the normal contractor service hours shall start upon signature of the contract on 1.4.2020.

B. Additional tasks — on the basis of time and means.

This mode of delivery will apply to the operations of the IT infrastructures, and services supported by them, when:

— those IT infrastructures and services are clearly not included in the technical context (Annex A to Tender Specifications), or

— when included in the technical context (Annex A to Tender Specifications), the court needs the services to be provided outside normal contractor service hours, and/or on-call (stand-by) duties. The provision of these services will be related to interventions on systems the unavailability of which would have an impact on users, such as is the case for production systems.

C. Additional tasks — on the basis of fixed-price projects.

This mode of delivery will apply to the IT Infrastructures evolution projects.

The court will order the additional tasks only if a need arises by issuing a specific contract (no obligation on the part of the court as regards the purchase of the tasks).

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: 48
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:

General budget of the European Union

II.2.14)Additional information

The contract shall enter into force on 1.3.2020, if it has already been signed by both contracting parties at this date. If the take-over of activities is applicable (see part B, point 13 of Tender specifications) it shall take place during the period of one (1) month following the entry into force of the contract. The execution of the direct tasks shall start on 1.4.2020.

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:

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 standing
List 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 ability
List 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.

III.2)Conditions related to the contract
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
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: 31/10/2019
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:
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 tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/11/2019
Local time: 10:00
Place:

European Court of Auditors, 12, rue Alcide de Gasperi, L-1615 Luxembourg-Kirchberg.

Information about authorised persons and opening procedure:

Tenderers or their representative who wish to be present at the opening of the bids must inform the European Court of Auditors in writing (fax (+352) 4398-46667, e-mail: ECA-procurement.service@eca.europa.eu) by 6.11.2019 at 12.00 a.m. at the latest, and must produce their authorisation from the tendering company. Only one representative per tenderer will be admitted.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal de l'Union européenne
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 procedures
Official name: Médiateur européen
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Appeal to the General Court of the European Union within 2 months of the plaintiff being notified on the successor not of its tender or, failing this, of the day on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Cour des comptes européenne, Service des appels d'offres et contrats
Postal address: 12, rue Alcide De Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
26/07/2019