Belgium-Brussels: Specification, Development, Maintenance and Support of Customs IT systems (CUST-DEV3)
2019/S 248-611338
Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Taxation and Customs Union
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Specification, Development, Maintenance and Support of Customs IT systems (CUST-DEV3)
Reference number: TAXUD/2013/AO-01
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:
This negotiated procedure covers the procurement of specialised informatics profiles to provide the IT services and deliverables for developments and specifications of the customs IT systems and applications under the management of the Directorate-General for Taxation and Customs Union.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 124 563 189.83 EUR
II.2)Description
II.2.3)Place of performanceNUTS code: LU0 LUXEMBOURG
Main site or place of performance:
The services will be carried out at the contractor's premises, in one of the Member States, and at the Commission's premises.
II.2.4)Description of the procurement:
Inclusion of additional specialised software development profiles.
II.2.5)Award criteriaQuality criterion - Name: As announced in the initial procurement documents / Weighting: 70
Price - Weighting: 30
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: yes
Identification of the project:
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureAward 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:
In the course of the implementation of the framework contract, new technological platforms – not identified at the moment of tendering this contract — became necessary for the development of Customs systems. The required specialised profiles have been integrated into the contract.
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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.2.1)Previous publication concerning this procedure 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
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:26/11/2019
V.2.2)Information about tendersNumber of tenders received: 1
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Intrasoft International S.A. (consortium leader)
Town: Luxembourg
NUTS code: LU0 LUXEMBOURG
Country: Luxembourg
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: ARHS Developments SA
Town: Luxembourg
NUTS code: LU0 LUXEMBOURG
Country: Luxembourg
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Sword Group S.E.
Town: Luxembourg
NUTS code: LU0 LUXEMBOURG
Country: Luxembourg
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Total value of the contract/lot: 124 563 189.83 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
The date indicated in Heading V.2.1) is the date of the award decision.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail:
cfi.registry@curia.europa.euTelephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.4.2)Body responsible for mediation proceduresOfficial name: The European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, CS 30403
Town: Strasbourg Cedex
Postal code: 67001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address:
http://www.ombudsman.europa.eu VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:18/12/2019