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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Contract for IT Services covering ECHA’s Bespoke Applications Sourcing Tiers
Reference number: ECHA/2020/666
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 envisaged procurement channel will cover services to support the development and maintenance activities of scientific IT tools supporting the regulatory processes currently entrusted to ECHA without preclusion of those that shall or are in the process of being entrusted to ECHA, on the basis of the EU chemicals legislation. This call for tenders is inter-institutional. The lead contracting authority is the European Chemicals Agency in Helsinki (ECHA) acting as an agent for the participating entities for the purposes of managing the call for tenders and resulting framework contract. The European Commission, assisted by its Directorate General Environment (DG ENV), is a participating entity and contracting authority in the framework contract.
II.1.5)Estimated total valueValue excluding VAT: 76 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Provision of IT Transformation Services
Lot No: 1
II.2.2)Additional CPV code(s)72200000 Software programming and consultancy services
II.2.3)Place of performanceNUTS code: FI1B1 Helsinki-Uusimaa
Main site or place of performance:
Contractor's and ECHA's premises.
II.2.4)Description of the procurement:
Primary channel for Transform initiatives, primarily covering IT services on project-based activities for the construction of new products and other specialised services.
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: 15 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: yes
Description of renewals:
The FWC will be concluded for an initial period of 24 months and may be renewed two times for 24 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
In lot 1 the procedure will result in the conclusion of multiple framework contracts (FWC) in cascade and with reopening of competition under certain circumstances.
II.2)Description
II.2.1)Title:
Provision of IT Run and Grow Services
Lot No: 2
II.2.2)Additional CPV code(s)72200000 Software programming and consultancy services
II.2.3)Place of performanceNUTS code: FI1B1 Helsinki-Uusimaa
Main site or place of performance:
Contractor's and ECHA's premises.
II.2.4)Description of the procurement:
Primary channel for Run and Grow initiatives, primarily covering IT services on project-based activities covering the enhancement of existing products and delivery of established services such as keeping the products up and running, address changes, fixes and user support activities.
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: 61 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: yes
Description of renewals:
The FWC will be concluded for an initial period of 24 months and may be renewed two times for 24 months each.The contracting authority reserves the right to further extend the FWC in Lot 2 for two additional periods 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
In lot 2 the procedure will result in the conclusion of multiple framework contracts (FWC) in cascade.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As per point 20.6 of Annex 1 to the EU Financial Regulation, economic operators must not be subject to conflicting interests that may negatively affect the contract performance.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The longer duration is justified by the complexity of the scope of this Framework Contract, which will require complex and long handover/takeover periods together with the need to ensure a sufficient and stable period of continuity for operations and support, as well as adequate return on the investments of ECHA’s bespoke Scientific IT tools developments over several years..
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 23/11/2020
Local time: 14:00
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 25/11/2020
Local time: 14:00
Place:
Information about authorised persons and opening procedure:
A maximum of two representatives per tender may attend the opening session. Connection details for the teleconference will be communicated to the representatives.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
By virtue of point 11.1(e) and point 11.4 of Annex I to the Financial Regulation ECHA reserves the option to launch a negotiated procedure with the contractor chosen as a result of the present call for tenders for new services consisting in the repetition of similar services, during the 3 years following the signature of the original contract.
Tenderers and participants in this procurement procedure are informed that for the purposes of safeguarding the financial interests of the Union, their personal data may be transferred to internal audit services, to the European Court of Auditors, to the financial irregularities panel or to the European Anti-Fraud Office (OLAF), and between authorising officers of the Union bodies, the Commission and the executive agencies. The contracting authority and OLAF may also check or require an audit on the implementation of the contract resulting from this procurement procedure.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1). If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within 2 years of the date when you became aware of the facts on which the complaint is based (see http://www.ombudsman.europa.eu). Such complaint does not have as an effect either to suspend the time limit to launch an appeal or to open a new period for lodging an appeal. Within two months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1).
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:06/10/2020