Results of the procurement procedure
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
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 Fixed Price and Quoted Time and Means for Development, Consultancy and Support for the European Digital Identity Wallet
Reference number: CNECT/LUX/2022/OP/0011
II.1.2)Main CPV code72211000 Programming services of systems and user software
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this tender is to put in place a framework contract for the supply either in fixed price or in quoted time and means to develop and implement the European Digital Identity Wallet based on the proposal for a European Digital Identity Framework and on the accompanying Commission Recommendation for a common Union Toolbox.
The wallet and other relevant components will be offered to Member States and other stakeholders for implementing the requirements of the Regulation on a Framework for a European Digital Identity. As of end 2022 it will be tested in large-scale pilots.
The contract will cover developmental work for a sample wallet, ancillary software for its ecosystem as well as implementation support to Member States between Q4/2022 and 2023.
The contractor is expected to develop a prototype wallet (release 1), update this prototype in two subsequent releases. The precise scope and timing of the work will be set out in the specific contracts.
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: 26 000 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)72211000 Programming services of systems and user software
II.2.3)Place of performanceNUTS code: LU00 Luxembourg
Main site or place of performance:
II.2.4)Description of the procurement: II.2.5)Award criteriaQuality criterion - Name: Quality of the proposal – organising the overall management of the services / Weighting: 20
Quality criterion - Name: Quality of the proposal – smooth delivery of the specific contract / Weighting: 18
Quality criterion - Name: Quality of the proposal – quality control and quality assurance measures / Weighting: 8
Quality criterion - Name: Quality of the proposal – case study: technical and methodological approach to sample flows (Annex 10 – Requirements and Solution description) / Weighting: 54
Price - Weighting: 30/100
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:
Digital Europe programme.
II.2.14)Additional information
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
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
Title:
Framework Contract for Fixed Price and Quoted Time and Means for Development, Consultancy and Support for the European Digital Identity Wallet
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:24/11/2022
V.2.2)Information about tendersNumber of tenders received: 10
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractorOfficial name: Netcompany – Intrasoft S.A
National registration number: RCS LU B 56565
Postal address: 2b, rue Nicolas Bové
Town: Luxembourg
NUTS code: LU00 Luxembourg
Postal code: L-1253
Country: Luxembourg
The contractor is an SME: no
V.2.3)Name and address of the contractorOfficial name: Scytáles AB
National registration number: 556999-7769
Postal address: Polygonvägen 53
Town: Täby
NUTS code: SE110 Stockholms län
Postal code: 187 66
Country: Sweden
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 26 000 000.00 EUR
Total value of the contract/lot: 26 000 000.00 EUR
V.2.5)Information about subcontractingThe contract is likely to be subcontracted
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu 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 two 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.5)Date of dispatch of this notice:25/11/2022