Luxembourg-Luxembourg: Development, Implementation, Evolution, Maintenance, Technical Assistance, Support and Operation of the Electronic Voting System of the European Parliament
2021/S 233-612536
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from 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:
Development, Implementation, Evolution, Maintenance, Technical Assistance, Support and Operation of the Electronic Voting System of the European Parliament
Reference number: PE/ITEC-ESIO-EQUILOG-VECOM4
II.1.2)Main CPV code31710000 Electronic equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
The object of the contract is the development, implementation, evolution (update/upgrade), maintenance, technical assistance, support and operation of the electronic voting system of the European Parliament.
II.1.5)Estimated total valueValue excluding VAT: 16 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)31700000 Electronic, electromechanical and electrotechnical supplies
II.2.3)Place of performanceNUTS code: BE Belgique / België
NUTS code: FR France
Main site or place of performance:
Brussels (BE), Strasbourg (FR).
II.2.4)Description of the procurement:
Development, implementation, evolution, maintenance, technical assistance, support and operation of the electronic voting system of the European Parliament.
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: 16 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
As stated in the procurement documents.
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
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
As stated in the procurement documents.
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.2.2)Time limit for receipt of tenders or requests to participateDate: 09/03/2022
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: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: 11/03/2022
Local time: 10:00
Place:
At the premises of the European Parliament. Information about authorised persons and opening procedure: see section 7 of the document ‘Conditions for submitting a tender’.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
There will be two compulsory visits to the premises on:
a) Strasbourg 11 January 2022 at 9:00 am
European Parliament
Louise Weiss Building
1 Av. du Président Robert Schuman,
67000 Strasbourg
FRANCE
And
b) Brussels 25 January 2022 at 9:00 am
European Parliament
Altiero Spinelli Building
Rue Wiertz 60,
1047 Bruxelles
BELGIUM
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman, BP 403
Town: Strasbourg
Postal code: 67001
Country: France
Internet address:
http://www.ombudsman.europa.eu VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:24/11/2021