Luxembourg-Luxembourg: AO 10786 — Provision of IT Services Related to OP IT Systems (EUR-Lex, N-Lex, Search Layer, and Others)
2019/S 230-563384
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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:
AO 10786 — Provision of IT Services Related to OP IT Systems (EUR-Lex, N-Lex, Search Layer, and Others)
Reference number: AO 10786
II.1.2)Main CPV code48000000 Software package and information systems
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of IT services related to the information systems of the publications office (namely EUR-Lex, N-Lex, and Search Layer), with the possibility to extend the provision to other information systems.
II.1.5)Estimated total valueValue excluding VAT: 4 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72200000 Software programming and consultancy services
II.2.3)Place of performanceNUTS code: LU00 Luxembourg
Main site or place of performance:
The main place of performance is the contractor's premises and the contracting authority's premises.
II.2.4)Description of the procurement:
The services to be provided are S1-Development, S2-Evolution, S3-Maintenance and S4-Consultancy; S5-Takeover and S6-Handover may be also requested.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical award criteria as stated in the procurement documents / Weighting: 70 %
Price - Weighting: 30 %
II.2.6)Estimated valueValue excluding VAT: 4 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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 stated in the procurement documents.
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.2.3)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
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.2.2)Time limit for receipt of tenders or requests to participateDate: 03/02/2020
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 04/02/2020
Local time: 10:00
Place:
Premises of the Publications Office in LUXEMBOURG.
Information about authorised persons and opening procedure:
As stated in the procurement documents.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The procurement documents are available via e-Tendering: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5629
Any request for additional information shall exclusively be submitted via e-Tendering.
The tenders must be submitted exclusively via the electronic submission system (e-Submission) available from the above-mentioned website. Tenders submitted in any other way (e.g. e-mail or by letter) will be disregarded.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.5)Date of dispatch of this notice:21/11/2019