Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Centre for Disease Prevention and Control
Postal address: Granits väg 8
Town: Solna
Postal code: SE-171 65
Country: Sweden
For the attention of: Procurement
Internet address(es):
General address of the contracting authority: http://www.ecdc.europa.eu
Address of the buyer profile: http://ecdc.europa.eu/en/aboutus/calls/Pages/open_calls_for_tender.aspx
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1207
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 authorityEuropean institution/agency or international organisation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
IT infrastructure consultancy.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: ECDC premises.
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 10 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
Front office and back office services.
II.1.6)Common procurement vocabulary (CPV)50312000 Maintenance and repair of computer equipment, 50320000 Repair and maintenance services of personal computers, 50322000 Maintenance services of personal computers, 50324000 Support services of personal computers, 50324100 System maintenance services, 50330000 Maintenance services of telecommunications equipment, 50332000 Telecommunications-infrastructure maintenance services, 72253000 Helpdesk and support services, 72253100 Helpdesk services, 72253200 Systems support services, 72267000 Software maintenance and repair services, 72267100 Maintenance of information technology software, 72600000 Computer support and consultancy services, 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment, 72222300 Information technology services
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Front office services1)Short description
In this lot, services and consultancy for helpdesk services, first- and second-level support and service management services will be contracted.
2)Common procurement vocabulary (CPV)50312000 Maintenance and repair of computer equipment, 50320000 Repair and maintenance services of personal computers, 50322000 Maintenance services of personal computers, 50324000 Support services of personal computers, 50324100 System maintenance services, 50330000 Maintenance services of telecommunications equipment, 50332000 Telecommunications-infrastructure maintenance services, 72253000 Helpdesk and support services, 72253100 Helpdesk services, 72253200 Systems support services, 72267000 Software maintenance and repair services, 72267100 Maintenance of information technology software, 72600000 Computer support and consultancy services, 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment, 72222300 Information technology services
3)Quantity or scopeEstimated value excluding VAT: 5 000 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Back office services1)Short description
In this lot, services for server administration, application maintenance, storage and data centre management and network administration will be contracted.
2)Common procurement vocabulary (CPV)50312000 Maintenance and repair of computer equipment, 50320000 Repair and maintenance services of personal computers, 50322000 Maintenance services of personal computers, 50324000 Support services of personal computers, 50324100 System maintenance services, 50330000 Maintenance services of telecommunications equipment, 50332000 Telecommunications-infrastructure maintenance services, 72253000 Helpdesk and support services, 72253100 Helpdesk services, 72253200 Systems support services, 72267000 Software maintenance and repair services, 72267100 Maintenance of information technology software, 72600000 Computer support and consultancy services, 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment, 72222300 Information technology services
3)Quantity or scopeEstimated value excluding VAT: 5 000 000 EUR
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
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:
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender specifications.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender specifications.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OJ/03/12/2015-PROC/2015/036.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate8.2.2016 - 16:30
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 16.2.2016
Place:
ECDC, Stockholm, Sweden.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenderers or their representatives are allowed to attend the opening of tenders.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:3.12.2015