Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Parliament, Directorate-General for Innovation and Technological Support (ITEC)
Postal address: plateau de Kirchberg
Town: Luxembourg
Postal code: 2929
Country: Luxembourg
For the attention of: DIRES-PAC Secretariat
E-mail: sam15@ep.europa.eu
Telephone: +352 4300-1
Fax: +352 4300-24631
Internet address(es):
General address of the contracting authority: http://www.europarl.europa.eu
Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=1200
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.3)Main activityGeneral public services
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:
Operational software asset management tools and services (SAM).
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Luxembourg, Brussels, Strasbourg.
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 a single operator
Duration of the framework agreement
Duration in years: 8
Justification for a framework agreement, the duration of which exceeds four years: Year 5 to year 8: only tools software maintenance and supporting services to ensure SAM continuity.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 900 000 EUR
II.1.5)Short description of the contract or purchase(s)
The European Parliament (EP) is currently in the process of setting up a software asset management (SAM) programme.
There are 3 main objectives of the SAM programme for which appropriate tooling and supporting services are essential:
— compliance — managing the risk related to legal and regulatory exposure due to non-compliance with licences, mitigating potential interruptions or deterioration of IT services,
— cost control — reducing direct costs of software, related assets, as well as ongoing support costs and contracts,
— governance — with trustworthy data on the state of the enterprise software estate and the capability to model accurate scenarios of impact of changes, better business decisions can be made and an advantageous position achieved in any vendor negotiations.
The objective of this open procedure is the acquisition of appropriate SAM tools with the necessary supporting services for the operation of the SAM programme.
The SAM programme is an internal programme of the EP and will not be outsourced; consulting services are envisioned only on an as-needed basis.
II.1.6)Common procurement vocabulary (CPV)48218000 License management software package, 48000000 Software package and information systems
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
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:Estimated value excluding VAT: 900 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 96 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See ‘Conditions for submitting an offer’ and ‘Tender specifications’ documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See ‘Conditions for submitting an offer’ and ‘Tender specifications’ documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See ‘Conditions for submitting an offer’ and ‘Tender specifications’ documents.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: See ‘Conditions for submitting an offer’ and ‘Tender specifications’ documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See ‘Conditions for submitting an offer’ and ‘Tender specifications’ documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See ‘Conditions for submitting an offer’ and ‘Tender specifications’ documents.
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:
PE/ITEC-SAM15.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 3.2.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate4.2.2016 - 17:00
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 - 10:00
Place:
European Parliament, 2929 Luxembourg, LUXEMBOURG.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Only 1 representative per tenderer may attend.
Tenderers wishing to attend the opening of the tenders are asked to notify the department responsible for managing this procurement procedure, no later than 2 working days before the tender opening date, by e-mail at the address indicated under Section I.1. Tenderers failing to give notifications will automatically be refused access to the opening. The names of the persons attending the opening of the tenders must be given in the notification.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures 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:4.12.2015