Services - 371428-2021

22/07/2021    S140

Finland-Helsinki: Framework Contract for IT Services Covering ECHA’s Bespoke Applications Sourcing Tiers

2021/S 140-371428

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Chemicals Agency (ECHA)
Postal address: Telakkakatu 6
Town: Helsinki
NUTS code: FI1B1 Helsinki-Uusimaa
Postal code: 00150
Country: Finland
Contact person: Finance Unit
E-mail: procurement@echa.europa.eu
Telephone: +358 9686180
Internet address(es):
Main address: www.echa.europa.eu
Address of the buyer profile: https://echa.europa.eu/about-us/procurement
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Framework Contract for IT Services Covering ECHA’s Bespoke Applications Sourcing Tiers

Reference number: ECHA/2020/666.Lot 1
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 envisaged procurement channel will cover services to support the development and maintenance activities of Scientific IT tools supporting the regulatory processes currently entrusted to ECHA without preclusion of those that shall or are in the process of being entrusted to ECHA, on the basis of the EU chemicals legislation.

II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 15 000 000.00 EUR
II.2)Description
II.2.1)Title:

Provision of IT Transformation Services

Lot No: 1
II.2.2)Additional CPV code(s)
72200000 Software programming and consultancy services
II.2.3)Place of performance
NUTS code: FI1B1 Helsinki-Uusimaa
Main site or place of performance:

Contractor's and ECHA's premises.

II.2.4)Description of the procurement:

Primary channel for TRANSFORM initiatives, primarily covering IT services on project-based activities for the construction of new products and other specialised services.

II.2.5)Award criteria
Quality criterion - Name: Overall management of the services / Weighting: 12
Quality criterion - Name: Working in a multiparty FWC / Weighting: 18
Quality criterion - Name: Managing innovation through transformation / Weighting: 18
Quality criterion - Name: Efective management of human capital / Weighting: 12
Price - Weighting: 40
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: no
II.2.14)Additional information

In Lot 1 the procedure will result in the conclusion of multiple framework contracts (FWC) in cascade and with reopening of competition under certain circumstances.

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
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 202-486902
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: ECHA/2020/666
Lot No: 1
Title:

Provision of IT Transformation Services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/07/2021
V.2.2)Information about tenders
Number of tenders received: 6
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Sopra Steria Benelux
National registration number: 0474817275
Postal address: 15-23 Avenue Arnaud Fraiteur
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1050
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Network Research Belgium SA, Business Unit Trasys International
National registration number: 0430502430
Postal address: Parc Industriel des hauts sarts 2 Avenue 65
Town: Herstal
NUTS code: BE3 Région wallonne
Postal code: 4040
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Sword Service Greece S.A.
National registration number: 138231401100
Postal address: Gyzi 3 str., Maroussi
Town: Athens
NUTS code: EL3 Αττική / Attiki
Postal code: 15125
Country: Greece
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15 000 000.00 EUR
Total value of the contract/lot: 15 000 000.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 20 %

Section V: Award of contract

Contract No: ECHA/2020/666
Lot No: 1
Title:

Provision of IT Transformation Services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/07/2021
V.2.2)Information about tenders
Number of tenders received: 6
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Atos Belgium N.V./S.A.
National registration number: 0401848135
Postal address: Da Vincilaan 5
Town: Zaventem
NUTS code: BE1 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: B-1930
Country: Belgium
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Intrasoft International S.A.
National registration number: RCS LU B56565
Postal address: Rue Nicolas Bove 2B
Town: Luxembourg
NUTS code: LU Luxembourg
Postal code: L-1253
Country: Luxembourg
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Uni Systems Information Technology Systems Commercial Single Member Societe Anonyme
National registration number: 121831201000
Postal address: Al Pantou Street 19-23
Town: Kallithea
NUTS code: EL3 Αττική / Attiki
Postal code: 176 71
Country: Greece
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15 000 000.00 EUR
Total value of the contract/lot: 15 000 000.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 32 %

Section V: Award of contract

Contract No: ECHA/2020/666
Lot No: 1
Title:

Provision of IT Transformation Services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/07/2021
V.2.2)Information about tenders
Number of tenders received: 6
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: ARHS Developments S.A
National registration number: B92986
Postal address: 13, Boulevard du Jazz
Town: Belvaux
NUTS code: LU Luxembourg
Postal code: 4370
Country: Luxembourg
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Altia Consultores
National registration number: C-10893
Postal address: Rua Vulcano 3, Oleiros
Town: A Coruña
NUTS code: ES111 A Coruña
Postal code: 1572
Country: Spain
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 15 000 000.00 EUR
Total value of the contract/lot: 15 000 000.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 30 %

Section VI: Complementary information

VI.3)Additional information:

By virtue of point 11.1(e) and point 11.4 of Annex I to the Financial Regulation ECHA reserves the option to launch a negotiated procedure with the contractor chosen as a result of the present call for tenders for new services consisting in the repetition of similar services, during the 3 years following the signature of the original contract.

Tenderers and participants in this procurement procedure are informed that for the purposes of safeguarding the financial interests of the Union, their personal data may be transferred to internal audit services, to the European Court of Auditors, to the financial irregularities panel or to the European Anti-Fraud Office (OLAF), and between authorising officers of the Union bodies, the Commission and the executive agencies. The contracting authority and OLAF may also check or require an audit on the implementation of the contract resulting from this procurement procedure.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +358 4303-1
Fax: +358 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1). If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within two years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal. Within two months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Chemicals Agency (ECHA)
Postal address: Telakkakatu 6
Town: Helsinki
Postal code: 00150
Country: Finland
E-mail: procurement@echa.europa.eu
Telephone: +358 9686180
Internet address: https://echa.europa.eu/about-us/procurement
VI.5)Date of dispatch of this notice:
15/07/2021