Services - 484708-2017

05/12/2017    S233

Belgium-Brussels: External service provision ‘extra muros’ in fixed price and quoted time and means for development, consultancy and support in the field of information systems

2017/S 233-484708

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Informatics, Directorate for Strategy and Resources, ICT Procurement and Contracts Unit
Postal address: rue Montoyer 15, Office: 07/P001
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1000
Country: Belgium
Contact person: DIGIT Contracts Info Centre
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 229-60762
Fax: +32 229-57702
Internet address(es):
Main address: https://ec.europa.eu/info/departments/informatics_en
Address of the buyer profile: https://ec.europa.eu/info/funding-tenders/tender-opportunities-department/informatics-tenders-and-contracts_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3049
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=3049
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:

External service provision ‘extra muros’ in fixed price and quoted time and means for development, consultancy and support in the field of information systems.

Reference number: DIGIT/A3/PO/2017/028.
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:

External service provision ‘extra muros’ in fixed price and quoted time and means for development, consultancy and support in the field of information systems.

See Internet address provided in Section I.3.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72200000 Software programming and consultancy services
72600000 Computer support and consultancy services
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
NUTS code: SI SLOVENIJA
NUTS code: HU MAGYARORSZÁG
NUTS code: LV LATVIJA
NUTS code: LT LIETUVA
NUTS code: MT MALTA
NUTS code: UK UNITED KINGDOM
NUTS code: FI SUOMI / FINLAND
NUTS code: DE DEUTSCHLAND
NUTS code: EL Not specified
NUTS code: FR FRANCE
NUTS code: EE EESTI
NUTS code: NL NEDERLAND
NUTS code: IT ITALIA
NUTS code: ES ESPAÑA
Main site or place of performance:

The locations of the participating EU institutions. See Internet address provided in Section I.3.

II.2.4)Description of the procurement:

The current procurement procedure deals with external service provision in ‘extra muros’, either in fixed price or in quoted time and means. The scope of this procedure will include:

— analysis and design of information systems, their development, their implementation and maintenance,

— conception of information systems, the analysis of their requirements, their quality and security, enterprise architecture and IS specific studies,

— user support, training and documentation, information systems production and administration.

For further information see Internet address provided in Section I.3.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
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: yes
Identification of the project: EU administrative appropriations.
II.2.14)Additional information

See Internet address provided in Section I.3.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See Internet address provided in Section I.3.

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 106-211425
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/02/2018
Local time: 15:00
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/02/2018
Local time: 10:30
Place:

rue Montoyer 15, 1000 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

See Internet address provided in Section I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The contractual relationship will be governed by multiple framework contracts with both cascade and reopening of competition, made up of maximum 5 contractors. The cascade mechanism will be limited to contracts up to 100 000 EUR.

For the indicative estimation of the volumes of services to be supplied over the whole duration of the framework contracts see Internet address provided in Section I.3.

This procurement procedure is inter-institutional. In addition to the European Commission the below listed EU institutions, agencies and bodies will participate in the resulting framework contracts:

ACER — Agency for the Cooperation of Energy Regulators;

CEPOL — European Union Agency for Law Enforcement Training;

Chafea — Consumers, Health, Agriculture and Food Executive Agency;

CSJU — Clean Sky 2 Joint Undertaking;

CURIA — Court of Justice of the European Union;

BEREC — Office of the Body of European Regulators for Electronic Communications;

EIGE — European Institute for Gender Equality;

EASME — Executive Agency for Small and Medium-sized Enterprises;

EASO — European Asylum Support Office;

EBA — European Banking Authority;

ECHA — European Chemicals Agency;

S2R — Shift2Rail Joint Undertaking;

EDPS — European Data Protection Supervisor;

EEAS — European External Action Service;

EESC — European Economic and Social Committee;

CoR — European Committee of the Regions;

EIOPA — European Insurance and Occupational Pensions Authority;

ENISA — European Union Agency for Network and Information Security;

BBI — Bio-based Industries Joint Undertaking;

EP — European Parliament;

ERCEA — European Research Council Executive Agency;

ESMA — European Securities and Markets Authority;

eu-LISA — European Agency for the Operational Management of Large-Scale IT Systems in the Area of Freedom, Security and Justice;

Europol — European Union Agency for Law Enforcement Cooperation;

IMI 2 JU — Innovative Medicines Initiative Joint Undertaking;

FCH JU — Fuel Cells and Hydrogen Joint Undertaking;

REA — Research Executive Agency;

SRB — Single Resolution Board.

See Internet address provided in Section I.3.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
23/11/2017