We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 95366-2017

15/03/2017    S52

Belgium-Brussels: Advice, benchmarking and consulting services in information and communication technology (ABC IV)

2017/S 052-095366

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Informatics, Resources Management and Optimisation Directorate, ICT Procurement and Contract Management Unit
Postal address: rue Montoyer 15, Office: 07/P001
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1000
Country: Belgium
Contact person: DIGIT Contracts Info Centre
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 229-60762
Fax: +32 229-57702
Internet address(es):
Main address: https://ec.europa.eu/info/departments/informatics_en
Address of the buyer profile: https://ec.europa.eu/info/funding-tenders/tender-opportunities-department/informatics-tenders-and-contracts_en
I.1)Name and addresses
Official name: See list of participating institutions, agencies and bodies in Annex VI.3
Postal address: rue Montoyer 15, Office: 07/P001
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1000
Country: Belgium
Contact person: DIGIT Contracts Info Centre
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 229-60762
Fax: +32 229-57702
Internet address(es):
Main address: https://ec.europa.eu/info/departments/informatics_en
Address of the buyer profile: https://ec.europa.eu/info/funding-tenders/tender-opportunities-department/informatics-tenders-and-contracts_en
I.2)Information about joint procurement
The contract involves joint procurement
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=2256
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2256
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:

Advice, benchmarking and consulting services in information and communication technology (ABC IV).

Reference number: DIGIT/R3/PO/2016/019.
II.1.2)Main CPV code
72200000 Software programming and consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

Acquisition of advice, benchmarking and consulting services for information and communication technology. See Internet address provided in Section I.3.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
II.2)Description
II.2.1)Title:

Advice services (research and advice)

Lot No: 1
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72316000 Data analysis services
79310000 Market research services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: LU000 Luxembourg (Grand-Duché)
NUTS code: FR421 Bas-Rhin
Main site or place of performance:

The locations of the participating EU institutions. See Internet address provided in Section I.3.

II.2.4)Description of the procurement:

Advice services shall cover the needs of the participating EU Institutions for access to standard information (published reports) and custom information (analysts, coaching, teamwork, networking events, etc.) aimed at supporting decision making at different levels in an IT organisation. For further information see Internet address provided in Section I.3.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

See Internet address provided in Section I.3.

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: yes
Identification of the project: EU administrative appropriations.
II.2.14)Additional information

See Internet address provided in Section I.3.

II.2)Description
II.2.1)Title:

Benchmarking services (benchmarking and delivery quality review)

Lot No: 2
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72100000 Hardware consultancy services
72200000 Software programming and consultancy services
72222100 Information systems or technology strategic review services
72223000 Information technology requirements review services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: LU000 Luxembourg (Grand-Duché)
NUTS code: FR421 Bas-Rhin
Main site or place of performance:

The locations of the participating EU institutions. See Internet address provided in Section I.3.

II.2.4)Description of the procurement:

Benchmarking is a structured comparative process that delivers a measurement of an organisation's services, IT infrastructures, products, and processes in terms of best practices, standard frameworks or against its peers. Benchmarking services shall cover the needs of the participating EU institutions for benchmarking and delivery quality reviews. For further information see Internet address provided in Section I.3.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

See Internet address provided in Section I.3.

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: yes
Identification of the project: EU administrative appropriations.
II.2.14)Additional information

See Internet address provided in Section I.3.

II.2)Description
II.2.1)Title:

Consulting services (high-level consultancy and studies)

Lot No: 3
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72221000 Business analysis consultancy services
72224000 Project management consultancy services
72242000 Design-modelling services
72300000 Data services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: LU000 Luxembourg (Grand-Duché)
NUTS code: FR421 Bas-Rhin
Main site or place of performance:

The locations of the participating EU institutions. See Internet address provided in Section I.3.

II.2.4)Description of the procurement:

Consulting services (high-level consultancy and studies) shall cover the needs of the participating EU institutions for customised and individual, non-standard information for high-level and strategic issues. For further information see Internet address provided in Section I.3.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

See Internet address provided in Section I.3.

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: yes
Identification of the project: EU administrative appropriations.
II.2.14)Additional information

See Internet address provided in Section I.3.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See Internet address provided in Section I.3.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open 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 several operators
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
Notice number in the OJ S: 2016/S 136-244005
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/05/2017
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:
English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 12/05/2017
Local time: 10:30
Place:

rue Montoyer 15, 1000 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

See Internet address provided in Section I.3.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Envisaged maximum number of contractors is 3 for lots 1 and 2 respectively and 4 for lot 3. See Internet address provided in Section I.3.

For the indicative estimation of the volumes of services to be supplied over the whole duration of the framework contracts per lot see Internet address provided in Section I.3

This procurement procedure is interinstitutional. In addition to the European Commission the below listed EU institutions, agencies and bodies (EU institutions) will participate in the resulting framework contracts. For EU institutions that do not participate in all the 3 lots this is mentioned next to the institution's name:

Agency for the Cooperation of Energy Regulators (ACER);

Translation Centre for the Bodies of the European Union (CdT);

European Centre for the Development of Vocational Training (Cedefop);

European Union Agency for Law Enforcement Training (CEPOL);

Consumers, Health, Agriculture and Food Executive Agency (Chafea);

Clean Sky 2 Joint Undertaking;

Council of the European Union;

Court of Justice (CJEU);

Education, Audiovisual and Culture Executive Agency (EACEA);

European Aviation Safety Agency (EASA);

Executive Agency for Small and Medium-sized Enterprises (EASME);

European Asylum Support Office (EASO);

European Banking Authority (EBA);

European Court of Auditors (ECA);

European Central Bank (ECB);

European Centre for Disease Prevention and Control (ECDC) — does not take part in lot 1;

European Chemicals Agency (ECHA);

ECSEL Joint Undertaking;

European Defence Agency (EDA) — does not take part in lot 2;

European Data Protection Supervisor (EDPS) — does not take part in lots 1 and 2;

European Environment Agency (EEA) — does not take part in lots 1 and 2;

European External Action Service (EEAS);

European Economic and Social Committee/Committee of Regions (EESC/CoR);

European Fisheries Control Agency (EFCA);

European Food Safety Authority (EFSA);

European Investment Bank (EIB);

European Institute for Gender Equality (EIGE) — does not take part in lots 1 and 2;

European Insurance and Occupational Pensions Authority (EIOPA);

European Institute of Innovation and Technology (EIT);

European Medicines Agency (EMA);

European Monitoring Centre for Drugs and Drug Addiction (EMCDDA);

European Maritime Safety Agency (EMSA);

European Ombudsman;

European Parliament (EP);

European Union Agency for Railways;

European Research Council Executive Agency (ERCEA);

Euratom Supply Agency;

European Securities and Markets Authority (ESMA);

European Training Foundation (ETF);

European Union Intellectual Property Office (EUIPO);

European Agency for the Operational Management of Large-Scale IT Systems in the Area of Freedom, Security and Justice (eu-LISA);

European Agency for Safety and Health at Work (EU-OSHA);

Eurojust;

European Police Office (Europol);

Fusion for Energy Joint Undertaking;

Fuel Cells and Hydrogen 2 Joint Undertaking (FCH 2 Joint Undertaking);

European Union Agency for Fundamental Rights (FRA);

European Border and Coast Guard Agency (Frontex);

European GNSS Agency (GSA) — does not take part in lot 2;

IMI 2 Joint Undertaking;

Innovation and Networks Executive Agency (INEA) — does not take part in lot 2;

Research Executive Agency (REA);

Shift2Rail Joint Undertaking (S2R Joint Undertaking) — does not take part in lots 1 and 2;

SESAR Joint Undertaking;

Single Resolution Board (SRB).

For additional information see Internet address provided in Section I.3.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See Internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
03/03/2017