Tjenesteydelser - 74107-2020

Submission deadline has been amended by:  151995-2020
14/02/2020    S32

Poland-Warsaw: Framework Contract for the Development of ICT Software Solution for EBCG Team Members Access to Schengen Information System (A2SISII)

2020/S 032-074107

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: Frontex — European Border and Coast Guard Agency
National registration number: 140232006
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code: PL911 Miasto Warszawa
Postal code: 00-844
Country: Poland
Contact person: Frontex Procurement Team
E-mail: procurement@frontex.europa.eu
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
Main address: https://frontex.europa.eu/
Address of the buyer profile: https://frontex.europa.eu/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6020
Additional 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 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:

Framework Contract for the Development of ICT Software Solution for EBCG Team Members Access to Schengen Information System (A2SISII)

Reference number: FRONTEX/RP/1485/2019
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The main objective of this framework contract is to deliver effective ICT solution (i.e. A2SISII System) that will enable European Border and Coast Guard Agency teams to access to Schengen Information System in line with current Regulations (e.g. Regulations (EU) 2018/1725, 2018/1861, 2019/1896). The subject of the contract is the development of ICT software solution that will enable EBCG teams access to Schengen Information System — hereinafter defined as A2SISII system, including the deliverables related to its design, development, testing, deployment and training for the users (internal and external) and administrators. The framework contract resulting from this tender procedure is also to provide products and services to support and maintain the A2SISII System and to provide changes to its functionalities and to the underlying technical infrastructure in response to changing legal, political, organizational or technical environments.

II.1.5)Estimated total value
Value excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72230000 Custom software development services
72260000 Software-related services
II.2.3)Place of performance
NUTS code: PL POLSKA
II.2.4)Description of the procurement:

The framework contract resulting from this tender procedure is also to provide products and services to support and maintain the A2SISII System and to provide changes to its functionalities and to the underlying technical infrastructure in response to changing legal, political, organizational or technical environments. The framework contract will cover the development of ICT software solution in following main areas:

— A2SISII System delivery – delivery of web application,

— A2SISII System delivery — delivery of mobile application,

— A2SISII System maintenance services – provisioning of support and maintenance services,

— A2SISII System author’s supervision services.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 14
This contract is subject to renewal: yes
Description of renewals:

The framework contract can be extended, if needed, no more than 2 times, each time for a period of maximum 1 year and on the same conditions.

The contract covers also support and maintenance services for the duration of 6 months. The maintenance can be extended, if needed, no more than 5 times, each time for a period of 6 months and on the same conditions.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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: 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 registers
List and brief description of conditions:

Conditions as stated in the procurement documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 198-480114
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/03/2020
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 tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.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
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.5)Date of dispatch of this notice:
07/02/2020