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.

Services - 424518-2014

Display compact view

13/12/2014    S241

Italy-Rome: Research and development services and related consultancy services

2014/S 241-424518

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Agenzia per l'Italia Digitale (AgID)
National registration number: 97735020584
Postal address: via Liszt 21
Town: Rome
Postal code: 00144
Country: Italy
Contact person: Area Cittadini, Imprese e Trasferimento Tecnologico
E-mail: c4e-tender@agid.gov.it
Telephone: +39 0685264354
Fax: +39 0685264372

Internet address(es):

General address of the contracting authority: http://www.agid.gov.it

Address of the buyer profile: http://www.agid.gov.it

Electronic access to information: http://www.agid.gov.it/cloudforeurope

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Official name: Agenzia per l'Italia Digitale
National registration number: 97735020584
Postal address: Via Liszt 21
Town: Rome
Postal code: 00144
Country: Italy

Official name: Ministerie van Financiën Directoraat-generaal Belastingdienst
Postal address: Prinses Beatrixlaan 512 2595 BL
Town: The Hague
Country: Netherlands

Official name: ESPAP — Entidade de Serviços Partilhados da Administração Pública
Postal address: Av. Leite de Vasconcelos, 2, Alfragide 2614-502
Town: Amadora
Country: Portugal

Official name: The National Institute for Research and Development in Informatics — Ministry for information society
Postal address: 8-10, Mareşal Averescu Avenue, 011455
Town: Bucharest
Country: Romania

Official name: Ministry of Finance of the Slovak Republic
Postal address: Štefanovičova 5 P. O. BOX 82 817 82
Town: Bratislava
Country: Slovakia

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Realization of a research and development project (pre-commercial procurement) on ‘Cloud for Europe’.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
Main site or location of works, place of delivery or of performance: At least 70 % of Research and Development services shall be performed within the European Member States.
For the purpose of VAT R&D services are deemed to be delivered at the premises of the Agenzia per l'Italia Digitale.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 30

Duration of the framework agreement

Duration in months: 18

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 4 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
The object of the Tender is the award of Framework Agreements for the realization of research and development services, in accordance with Technical Specifications, Annexes IV (a-e) and the other Annexes to this Contract Notice.
The research is addressed to assist take-up of cloud computing in the public sector. Such research is deemed necessary in order to bridge gaps and barriers existing with current technology. Annex IV (a) describes eleven challenges and links the challenges to three lots the procurement procedure is divided into.
Each lot provides a Framework Agreement for the realization of research and development services with the following titles and Lot identification numbers (CIG):
— Lot 1: ‘Federated Certified Service Brokerage (FCSB)’ — CIG: 6027774476,
— Lot 2: ‘Secure, Legislation – Aware Storage (SLAS)’ — CIG: 6027802B8F,
— Lot 3: ‘Legislation Execution (LE)’ — CIG: 602781022C
Each lot will be awarded to a number of operators ranging from a minimum of 4 to a maximum of 10.
The realization of each lot is divided in 3 Phases:
— Phase I (Solution design) of each lot will be effective for 2 months,
— Phase II (Prototype development) of each lot will be effective for approximately 7 months,
— Phase III (Original development of a limited volume of first products or services in the form of a test series) of each lot will be effective for approximately 5 months.
In compliance with the phased nature of the Pre-Commercial Procurement model the number of suppliers decreases from one phase to the next in order to select the suppliers that best address the challenges.
Phase II contract will be awarded to a number of operators ranging from minimum of 3 to a maximum of 6 for each Lot.
Phase III contract will be awarded to a number of operators ranging from 2 to a maximum of 3 for each Lot.
II.1.6)Common procurement vocabulary (CPV)

73000000 Research and development services and related consultancy services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The maximum overall amount available for the realization of the project is equal to 4 000 000 EUR excluding VAT.
The maximum spendable amount for each lot is listed below
Lot 1: 1 480 000 EUR excluding VAT.
Lot 2: 1 480 000 EUR excluding VAT.
Lot 3: 1 040 000 EUR excluding VAT.
Estimated value excluding VAT: 4 000 000 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 18 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Federated Certified Service Brokerage (FCSB) — CIG: 6027774476
1)Short description
The main objective of the Lot ‘Federated Certified Service Brokerage’ is to find solutions that ensure an easy and reliable brokerage of cloud services provided by national Cloud Service Providers (CSP) or CSPs within EU.
Full details about challenges to be tackled and technical specifications are in Annex IV (a, b, e) of this Contract Notice.
2)Common procurement vocabulary (CPV)

73000000 Research and development services and related consultancy services

3)Quantity or scope
The execution of the Lot 1 is divided in three different Phases:
— Phase I: solution design,
— Phase II: prototype development,
— Phase III: original development of a limited volume of first products or services in the form of a test series.
The spendable amount by Contracting Authorities for Phase I is 222 000 EUR,
The minimum spendable by Contracting Authorities amount for Phase II is 592 000 EUR,
The minimum spendable amount by Contracting Authorities for Phase III is 666 000 EUR.
The contract prices (maximum offered prices) for a single research and development project and for each Phase are equal to:
— 40 000 EUR, VAT. not included, for Phase I;
— 197 333 EUR, VAT. not included, for Phase II;
— 333 000 EUR, VAT. not included, for Phase III.
The minimum spendable amounts by Contracting Authorities related to Phases II and III may be increased on the basis of any residuals obtained after the awarding of Phase I.
The Invitation Letters related to Phases II and III will specify the exact available amounts to be spent.
Full details about the value of the Tender and of each Lot are in Section 4 of the Tender Regulation, Annex I of this Contract Notice.
Estimated value excluding VAT: 1 480 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Secure, Legislation — Aware Storage (SLAS) — CIG: 6027802B8F
1)Short description
The main objective of the Lot ‘Secure, Legislation — Aware Storage’ is to find solutions for archiving and storage cloud services that meets governments and citizens requirements on privacy and security of stored data under different and dynamic legislation frameworks.
Full details about challenges to be tackled and technical specifications are in Annex IV (a, c, e) of this Contract Notice.
2)Common procurement vocabulary (CPV)

73000000 Research and development services and related consultancy services

3)Quantity or scope
The execution of the Lot 2 is divided in three different Phases:
— Phase I: solution design,
— Phase II: prototype development,
— Phase III: original development of a limited volume of first products or services in the form of a test series.
The spendable amount by Contracting Authorities for Phase I is 222 000 EUR.
The minimum spendable amount by Contracting Authorities for Phase II is 592 000 EUR.
The minimum spendable amount by Contracting Authorities for Phase III is 666 000 EUR.
The contract prices (maximum offered prices) for a single research and development project and for each Phase are equal to:
— 40 000 EUR, VAT. not included, for Phase I;
— 197 333 EUR, VAT. not included, for Phase II;
— 333 000 EUR, VAT. not included, for Phase III.
The minimum spendable amounts related to Phases II and III may be increased on the basis of any residuals obtained after the awarding of Phase I.
The Invitation Letters related to Phases II and III will specify the exact available amounts to be spent.
Full details about the value of the Tender and of each Lot are in Section 4 of the Tender Regulation, Annex I of this Contract Notice.
Estimated value excluding VAT: 1 480 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Legislation Execution (LE) — CIG: 602781022C
1)Short description
The main objective of the Lot ‘Legislation Executing Cloud Services’ is to find solutions that accomplishes given requirements imposed upon cloud actors by national or international legislation during operation.
Full details about challenges to be tackled and technical specifications are in Annex IV (a, d, e) of this Contract Notice.
2)Common procurement vocabulary (CPV)

73000000 Research and development services and related consultancy services

3)Quantity or scope
The execution of the Lot 3 is divided in three different Phases:
— Phase I: solution design,
— Phase II: prototype development,
— Phase III: original development of a limited volume of first products or services in the form of a test series.
The spendable amount by Contracting Authorities for Phase I is 156 000 EUR.
The minimum spendable amount by Contracting Authorities for Phase II is 416 000 EUR.
The minimum spendable amount by Contracting Authorities for Phase III is 468 000 EUR.
The contract prices (maximum offered prices) for a single research and development project and for each Phase are equal to:
— EUR 30 000 EUR, VAT. not included, for Phase I;
— EUR 138 667 EUR, VAT. not included, for Phase II;
— EUR 234 000 EUR, VAT. not included, for Phase III.
The minimum spendable amounts related to Phases II and III may be increased on the basis of any residuals obtained after the awarding of Phase I.
The Invitation Letters related to Phases II and III will specify the exact available amounts to be spent.
Full details about the value of the Tender and of each Lot are in Section 4 of the Tender Regulation, Annex I of this Contract Notice.
Estimated value excluding VAT: 1 040 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The awarded companies in each lot shall provide, as a guarantee of the obligation undertaken with the Framework Agreement, a deposit by entering into a bank guarantee or by insurance policy, or policies contracted with an authorized intermediary.
Such deposit may be guaranteed also in cash, current public debt securities or State guaranteed bonds, given as guarantee.
In case the company provides a bank guarantee or policy of insurance or policy issued by financial intermediaries, the same shall be maximum price or guaranteed amount equal to the 2 % of the contract value for each lot eventually increased or reduced in accordance with the law in force.
Full details described in Section 17 of the Tender Regulation, Annex I to this Contract notice.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Economic operators eligible to participate in the tender.
Economic operators established in an E.U. Member State, established in a Country that has signed by the WTO Agreement on Government Procurement (GPA) or established in a Country that has not signed the GPA, are entitled to submit offers.
Public Universities and Public Research Institutions are eligible to participate to the tender as individually or collectively suitable economic operators.
Economic operators are entitled to submit offers either individually or by way of a consortium or association comprising several Tenderers or Groups of economic operators.
Economic operators that are individually suitable under art. 34, sub. 1, of the Italian Code of public contracts are entitled to submit offers:
a) Sole traders, even craftsman's business, trading companies, cooperatives.
Candidates or tenderers who, under the law of the State in which they are established, are entitled to perform the services object of this Tender are entitled to submit offers to this Tender.
Economic operators that are collectively suitable under art. 34, sub. 1, of the Italian Code of public contracts are entitled to submit offers:
b) cooperatives in consortia, and craftsman's business consortia;
c) stable consortia;
d) Temporary Grouping of Operators;
e) regular consortia of tenderers;
e-bis) Business Network Contracts;
f) European Economic Interest Grouping (E.E.I.G.);
f bis) Economic Operators established in a E.U. Member States different from Italy, according to the provision applicable in their relevant country;
g) Operators that plan to temporary grouping or to became members of a consortium to gain eligibility under art. 37, sub. 8, of the Code of public contracts.
Art. 36 and 37 of the Italian Code of public contracts apply to the above-mentioned operators.
Anyway, in order to submit an offer to this tender, these groups are not required to assume a specific legal form; however, the group selected are required to do so when it has been awarded the contract, to the extent that this change is necessary for the satisfactory performance of the present Tender.
Economic operators can participate in this tender under the same terms and conditions provided for the economic operators established in Italy.
Full details about the economic operators that are eligible to submit a proposal are in Sections 6 and 7 of the Tender Regulation, Annex I to this Contract Notice
Documents to submit:
1. Request for participation (whit Identity Documents);
2. Declaration of enrolment on the register of companies;
3. Declaration of not having the Exclusion Grounds (see Section 7 of the Tender Regulation - Annex I to this Contract Notice);
4. Documentation about Economic and Financial Capacity requirements;
5. Documentation about Technical Capacity requirements;
Full details about the documentation to be submitted are in Sections 9 of the Tender Regulation, Annex I to this Contract Notice. Templates for the submission of the above listed documents are enclosed in the Tender Regulation, Annex I of this Contract Notice.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Self-executed affidavit and certification.
Minimum level(s) of standards possibly required: — declaration to have had a stable financial situation in the last 12 months before the publishing of the present tender;
— in the same period, not to have unjustified, prolonged delays in payments of creditors;
— declaration to be aware of the fact that, in case of awarding of the Contract related to the present tender, it shall produce suitable certifications released by banking institution or authorized intermediary;
The template to be used to submit the above declarations is enclosed in the Tender Regulation, Annex I to this Contract Notice.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Self-executed affidavit and certification.
Minimum level(s) of standards possibly required:
— The tenderer states that it realized, in the 3 years previous the date of publishing of this Tender one or more projects which refer to the field of competence of the lot for which the offer is intended to be made, identified by the descriptive document ‘Technical Specification’, worth an aggregate overall total of no less than 50 000 EUR, VAT. excluded.
— In case of Temporary Grouping of Operators such requirement can be cumulated, being understood that the parent entity must possess the requirement in a relative majority share,
— In case of consortium of private undertakings as set forth in art. 34, sub. 1, lett. b) and c) of the Italian Code of public contracts, such declaration in place must be submitted directly by the consortium.
The template to be used to submit the above declarations is enclosed in the Tender Regulation, Annex I of this Contract Notice.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
5843932, tender number assigned by the Autorità Nazionale Anticorruzione
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 110-194416 of 11.6.2014

Other previous publications

Notice number in the OJEU: 2014/S 87-152530 of 6.5.2014

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
20.2.2015 - 15:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 23.2.2015 - 15:00

Place:

Agenzia per l'Italia Digitale — Via Liszt, 21 — 00144 Rome Italy.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure: The sessions of the Administrative Committee are open to the public. A person in charge of each competitor may assist to the sessions. The name of the person, on consideration of the procedures for the access by third parties to AGID premises, must be communicated via e-mail at the address c4e-tender@agid.gov.it or via fax at +39 0685264372 to the attention of the ‘Area Cittadini, Imprese e Trasferimento Tecnologico’ within the day preceding the session date, with an identification document with a photograph.

The access and attendance of the tenderer representative at the premises where the Tender procedures will take place are subjected to the respect of AGID access and safety procedures regulations, and to the exhibition of an original identification document (i.e. no copy).
The person in charge of the tenderer shall arrive at AGID premises at least 10 minutes before the times set for each session open to the public, in order to allow AGID staff to proceed to its identification.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Cloud for Europe project is co-funded by the European Commission under the Framework Programme for Research and Innovation (FP7), under the funding scheme of ‘CP-CSA for PCP’.
VI.3)Additional information

Annexes to the present Contract Notice (see below) are provided at the following URL: http://www.agid.gov.it/cloudforeurope.

List of Annexes:
— Annex I, Tender Regulation,
— Annex II, Framework Agreement Draft,
— Annex III, Template for Technical Offer,
— Annex IV (A), Technical Specification: challenges and general requirements,
— Annex IV (B), Technical Specification: federated certified service brokerage of EU public administration cloud,
— Annex IV (C), Technical Specification: secure legislation-aware storage solution,
— Annex IV (D), Technical Specification: legislation executing cloud services,
— Annex IV (E), Technical Specification: abbreviations and glossary.
Complete information on the present Tender are contained in the Annexes above.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: Tribunale Amministrativo Regionale per il Lazio
Postal address: Via Flaminia, 189
Town: Rome
Postal code: 00196
Country: Italy
E-mail: tarrm-segrprotocolloamm@ga-cert.it
Telephone: +39 06328721
Fax: +39 0632872315

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.12.2014