Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 498179-2019

23/10/2019    S205

Belgium-Brussels: Carrier Services Infrastructure II

2019/S 205-498179

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Informatics, Directorate A: Strategy and Ressources, Unit A3: ICT Procurement and Contracts
Postal address: rue Montoyer 15
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1049
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.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:

Carrier Services Infrastructure II

Reference number: DIGIT/A3/PN/2019/014
II.1.2)Main CPV code
32430000 Wide area network
II.1.3)Type of contract
Services
II.1.4)Short description:

The services to be contracted cover provision of interconnection services between Commission buildings in Brussels, Luxembourg and wherever they are located by providing connectivity links between these sites and buildings.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 87 203 158.41 EUR
II.2)Description
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:

The services to be contracted cover provision of interconnection services between Commission buildings in Brussels, Luxembourg and wherever they are located by providing connectivity links between these sites and buildings. CSI II is a carrier grade managed layer-1 transmission service carrying voice and data.

II.2.5)Award criteria
Price
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

The procedure is inter-institutional. The European Commission has launched this procedure on its behalf and on behalf of: European Economic and Social Committee (EESC), Committee of the Regions (COR), Consumers, Health, Agriculture and Food Executive Agency (CHAFEA), Single Resolution Board (SRB).

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
Explanation:

The negotiated procedure without prior publication of a contract notice based on point 11(1)(b)(ii) of the Annex I to Regulation (EU, Euratom) No 2018/1046 of the European Parliament and of the Council of 1.7.2018 on the financial rules applicable to the general budget of the Union concerns services that can only be provided by a single economic operator under the conditions set out in point 11.3 of the same Annex. In the present situation, competition is absent for technical reasons as Proximus is the only economic operator that can provide the service and there is currently no technical alternative available on the market that would warrant a sufficient level of security, availability and quality in order to fulfil the required services levels.

IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: DI-07800
Title:

Carrier Services Infrastructure II (CSI II)

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
10/10/2019
V.2.2)Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Proximus SA
National registration number: 0202.239.951
Postal address: 27 Boulevard du roi Albert II
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1030
Country: Belgium
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 87 203 158.41 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 40 %

Section VI: Complementary information

VI.3)Additional information:

The date indicated in Section V.2.1) is the date of the award decision, not that of the conclusion of the contract.

The awarded contract volume (see Sections II.1.7, V.2.4) is a global maximum amount, which includes a reserve for unforeseen needs and newly created EU bodies, etc.

The European Commission has launched this procedure on its behalf and on behalf of: European Economic and Social Committee (EESC), Committee of the Regions (COR), Consumers, Health, Agriculture and Food Executive Agency (CHAFEA), Single Resolution Board (SRB).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
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.4.2)Body responsible for mediation procedures
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

Within 2 months of the notification of the award decision, an appeal may be lodged to the review body in Heading VI.4.1). You may submit any observations concerning the award procedure to the contracting authority indicated in 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.

VI.5)Date of dispatch of this notice:
11/10/2019