Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityEnvironment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework service contract for the provision of IT consultancy services in the area of Java software development and dataflow implementation to the European Environment Agency.
Reference number: EEA/IDM/17/013.
II.1.2)Main CPV code72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this call for tenders is to establish framework contracts in cascade for the provision of IT services and support to the EEA by providing senior consultants in the areas of Java software development (mainly Web applications), development of QA scripts and online Web questionnaires and second level support on requests from first level help desk.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72262000 Software development services
72266000 Software consultancy services
72267000 Software maintenance and repair services
72261000 Software support services
II.2.3)Place of performanceNUTS code: DK011 Byen København
Main site or place of performance:
Work will be carried out at the contractor's premises (extramural) or at the premises of the European Environment Agency in Copenhagen (intramural).
II.2.4)Description of the procurement:
The EEA seeks to establish framework contracts in cascade for the provision of IT services and support in the areas of Java software development (mainly Web applications), development of QA scripts and online Web questionnaires and second level support on requests from first level help desk. The contractor may be asked for instance to: provide open source software developments for applications in Java, such as the data dictionary, reporting obligations database, content registry, conversion service, single sign-on, Web questionnaire service, the climate change adaptation portal, EUNIS and a desktop application called SDF Manager; provide Web design support; user interface mock-ups and prototyping, user interface testing, usability tests; deploy prototypes on own servers for customer evaluation of new functionality; create QA checks of XML files using XML schema and the XQuery language; create XML schemas to describe data delivery formats; create online Web questionnaires using the AngularJS framework or the XForms language; be available for the first level help desk to reply to user enquiries on system interaction, bug reports, etc.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract will be concluded for an initial period of 24 months, starting from the date of signature, with the possibility of maximum 2 renewals for a period of 12 months each.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
As specified in Sections 11.1 and 11.2.1 of the tender specifications (Annex I).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.2)Time limit for receipt of tenders or requests to participateDate: 19/12/2017
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 04/01/2018
Local time: 10:00
Place:
At the EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, DENMARK.
Information about authorised persons and opening procedure:
Representatives of tenderers (1 per tenderer) are allowed to participate in the opening session. They are requested to inform EEA's procurement services in advance and at the latest by 3.1.2018 (16:00) by e-mail at procurement@eea.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information: VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:06/11/2017