next
previous
items

EEA/IDS/06/002 - Provision of IT consultancy services

Call For Tender Published 12 Jun 2006

DK-Copenhagen: provision of IT consultancy services

2006/S 118-125101

Contract notice


Section I: Contracting authority
 I.1)
Name, addresses and contact point(s):  
European Environment Agency, attn: Linda Jandrup, Kongens Nytorv 6, DK-1050 Copenhagen K. Tel.  (45) 33 36 71 71. Fax  (45) 33 36 71 97. E-mail: linda.jandrup@eea.europa.eu.

Internet address(es):

General address of the contracting authority: http://www.eea.europa.eu/main_html/.


Further information can be obtained from:

the above-mentioned contact point(s).


Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:

Can be found at the end of this contract notice.


Tenders or requests to participate must be sent to:

the above-mentioned contact point(s).

 I.2)
Type of the contracting authority and main activity or activities:  
European institution/agency or international organisation.
Environment.
The contracting authority is purchasing on behalf of other contracting authorities:
No.

Section II: Object of the contract
 II.1)
Description
 II.1.1)
Title attributed to the contract by the contracting authority:  
Provision of IT consultancy services.
 II.1.2)
Type of contract and location of works, place of delivery or of performance:  
Services.
Service category No 7.
Main place of performance: EEA's offices and contractor's premises.
 II.1.3)
The notice involves:  
The establishment of a framework agreement.
 II.1.4)
Information on framework agreement:  
Framework agreement with several operators.
Number of participants to the framework agreement envisaged: 3.
Duration of the framework agreement: 24 months.
 II.1.5)
Short description of the contract or purchase(s):  
The purpose of this call for tender is to establish 3 framework contracts with companies that offer a wide spectrum of IT and IT-related services. At least 6 of the 8 areas of expertise listed below have to be covered:
- web development and content management,
- multimedia production and graphical design,
- Linux management,
- Linux system development,
- Windows development,
- Windows management,
- data and information management,
- geographic information systems.
 II.1.6)
Common procurement vocabulary (CPV):  
72000000.
 II.1.7)
Contract covered by the Government Procurement Agreement (GPA):  
No.
 II.1.8)
Division into lots:  
No.
 II.1.9)
Variants will be accepted:  
No.
 II.2)
Quantity or scope of the contract
 II.2.1)
Total quantity or scope:  
The amount of work under the 3 framework contracts is estimated to equal 5 to 8 full-time consultants per year.
 II.2.2)
Options
 II.3)
Duration of the contract or time-limit for completion:  
Duration: 24 months from the award of the contract.

Section III: Legal, economic, financial and technical information
 III.1)
Conditions relating to the contract
 III.1.1)
Deposits and guarantees required
 III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them  
 III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
 III.1.4)
Other particular conditions to which the performance of the contract is subject  
 III.2)
Conditions for participation
 III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:  
Information and formalities necessary for evaluating if requirements are met:
Candidates or tenderers shall be excluded from participation in a procurement procedure if:
(a) they are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations;
(b) they have been convicted of an offence concerning their professional conduct by a judgment which has the force of 'res judicata';
(c) they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify;
(d) they have not fulfilled obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority or those of the country where the contract is to be performed;
(e) they have been the subject of a judgment which has the force of 'res judicata' for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;
(f) they have been convicted for an environmental offence in the exercise of their profession;
(g) following another procurement procedure or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations.
Candidates or tenderers must certify that they are not in 1 of the situations listed above. The tenderer shall provide an auto-declaration, preferably made on oath before a judicial or administrative authority, a notary or a competent professional or trade body by a person competent to do so on behalf of the tenderer, which states that none of the grounds for exclusion apply to the tenderer (See Annex 1).
N.B. Additional evidence may be requested at a later stage prior to signature of the contract.
Contracts may not be awarded to candidates or tenderers who, during the procurement procedure:
(a) are subject to a conflict of interest;
(b) are guilty of misrepresentation in supplying the information required by the contracting authority as a condition of participation in the contract procedure or fail to supply this information.
Evidence of legal status shall be furnished by copy of documents confirming the tenderer's inclusion in a trade register and/or VAT registration. The tenderer should also provide an identification sheet (Annex 2) duly filled out and signed.
 III.2.2)
Economic and financial capacity:  
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial capacity shall be furnished by 1 or more of the following documents. If you cannot provide these references please prove your economic and financial capacity by means of other documentation available to you, and explain why you cannot present the requested information:
- appropriate statements from banks or evidence of professional risk indemnity insurance,
- the presentation of balance sheets or extracts from balance sheets for at least the last 2 years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established,
- a statement of overall turnover and turnover concerning the works, supplies or services covered by the contract during a period which may be no more than the last 3 financial years.
 III.2.3)
Technical capacity:  
Information and formalities necessary for evaluating if requirements are met:
Confirmation that the tenderer has the technical capacity to carry out the services shall be provided in the tender documents through evidence:
- that the business activity of the company is relevant from the standpoint of the task in question by listing the principal services provided and supplies delivered in the past 3 years, with the sums, dates and recipients, public or private,
- of the service provider's educational and professional qualifications and/or those of the firm's managerial staff and, in particular those of the persons responsible for providing the services,
- of the service provider's average annual manpower and the number of managerial staff for the last 3 years.
 III.2.4)
Reserved contracts
 III.3)
Conditions specific to services contracts
 III.3.1)
Execution of the service is reserved to a particular profession:  
No.
 III.3.2)
Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:  
Yes.

Section IV: Procedure
 IV.1)
Type of procedure:  
Open.
 IV.2)
Award criteria:  
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
 IV.2.2)
An electronic auction will be used:  
No.
 IV.3)
Administrative information
 IV.3.1)
File reference number attributed by the contracting authority:  
EEA/IDS/06/002
 IV.3.2)
Previous publication(s) concerning the same contract:  
Yes.
Prior information notice number in OJ: 2006/S 71-73749 of 12.4.2006.
 IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:  
Payable documents: no.
 IV.3.4)
Time-limit for receipt of tenders or requests to participate:  
31.7.2006.
 IV.3.6)
Language(s) in which tenders or requests to participate can be drawn up:  
Czech, Danish, Dutch, English, Estonian, Finnish, French, German, Greek, Hungarian, Italian, Latvian, Lithuanian, Maltese, Polish, Portuguese, Slovak, Slovene, Spanish and Swedish.
Other: Bulgarian, Icelandic, Norwegian, Romanian and Turkish.
 IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:  
Duration: 6 months from the date stated for receipt of tenders.
 IV.3.8)
Conditions for opening tenders:  
7.8.2006 (11:00).
Persons authorised to be present at the opening of tenders: yes.
Tenderers' representatives are allowed to participate in the opening. They are requested to inform Linda Jandrup in advance by e-mail or letter.

Section VI: Complementary information
 VI.2)
Contract related to a project and/or programme financed by EU funds
 VI.3)
Additional information:  
- Interested bidders can download the tender documents from http://org.eea.europa.eu/tenders,
- the framework contracts will be valid for a period of 2 years from the date of signature, with the option of renewing them twice for a period of 1 year each. Based on these, specific contracts will be issued detailing the individual tasks to be undertaken.
 VI.4)
Procedures for appeal
 VI.4.1)
Body responsible for appeal procedures
 VI.4.2)
Lodging of appeals
 VI.4.3)
Service from which information about the lodging of appeals may be obtained
 VI.5)
Date of dispatch of this notice:  
12.6.2006.


Download


Invitation to Tender

Tender Specifications

Draft Framework Service Contract

Annex I - Declaration on Exclusion Criteria

Annex II - Identification Sheet

Annex III - Travel Expenses

Annex IV- Price List


Troubles in downloading the PDF-files?

If you're having troubles in downloading the PDF-files, please visit our trouble shooting page.



There are currently no items in this folder.

Permalinks

Document Actions