Provision of IT services for the IT applications of ECHA related to biocides, PIC, CLP regulations and IT systems for new tasks delegated to the Agency
The aim of this open call for tenders is the signature of a framework contract with 1 service provider for the provision of the following IT services: software development services (including software internationalisation services), application management services and other services (e.g. service desk activities, change management, etc.).
Määräaika
Tarjousten vastaanottamisen määräaika oli 2017-04-03.
Hankinta julkaistiin 2017-02-13.
Toimittajat
Seuraavat toimittajat mainitaan hankintapäätöksissä tai muissa hankinta-asiakirjoissa:
Kohde Hankinnan laajuus
Otsikko:
“Framework Contract for the Provision of IT Services for the IT Applications of ECHA related to Biocides, PIC, CLP Regulations and IT Systems for New Tasks...”
Otsikko
Framework Contract for the Provision of IT Services for the IT Applications of ECHA related to Biocides, PIC, CLP Regulations and IT Systems for New Tasks Delegated to the Agency
ECHA/2016/333
Framework service contract with one service provider for the provision of the following IT services: software development services (including software internationalisation services), application management services and other services (e.g. service desk activities, change management, etc.).
Negotiated procedure to increase the ceiling of a single framework contract for the provision of IT services for the IT applications of ECHA related to Biocides, PIC, CLP regulations and IT systems for new tasks delegated to the Agency.
Näytä lisää Myöntämisperusteet
Laatukriteeri (nimi): Takeover/handover of the services as-is
Laatukriteeri (painotus): 10
Laatukriteeri (nimi): Integration management
Laatukriteeri (nimi): Application management services and use of automation for bespoke applications
Laatukriteeri (nimi): Management of human capital
Laatukriteeri (painotus): 5
Laatukriteeri (nimi):
“IT project management approach to implement the framework contract requirements and foreseen activities”
Laatukriteeri (nimi): Security rules and requirements
Hinta (painotus): 50
Kuvaus
Lisätietoja:
“The initial duration of the framework contract shall be 2 years. The framework contract may be renewed twice for a period of 1 year each time.”
Menettely Toimenpiteen tyyppi
Uudet rakennusurakat/palvelut, jotka ovat olemassa olevien rakennusurakoiden/palvelujen toistoa ja jotka on tilattu direktiivissä asetettujen tiukkojen ehtojen mukaisesti
Hankintasopimuksen tekeminen julkaisematta etukäteen kilpailupyyntöä Euroopan unionin virallisessa lehdessä (selitys):
“By virtue of article 134 (1)(e) and article 134 (4) of the Rules of Application of the Financial Regulation, ECHA reserved the option to launch a negotiated...”
Hankintasopimuksen tekeminen julkaisematta etukäteen kilpailupyyntöä Euroopan unionin virallisessa lehdessä (selitys)
By virtue of article 134 (1)(e) and article 134 (4) of the Rules of Application of the Financial Regulation, ECHA reserved the option to launch a negotiated procedure with the contractor chosen as a result of an open call for tenders for new services consisting in the repetition of similar services, during the 3 years following the signature of the original contract. The new services have been awarded on the same conditions of the initial contract and to the extent needed by the Agency to fulfil its needs within the overall duration of the contract. The increase does not go beyond 50 % of the initial value of the framework contract and the new services refer to IT systems of ECHA that require additional projects and services, which are in the scope of the framework contract, to be adapted to the needs of the EU legislation on chemicals and other related legislation.
Näytä lisää Puitesopimusta koskevat tiedot
Hankintaan liittyy puitesopimuksen tekeminen
Hallinnolliset tiedot
Tätä menettelyä koskeva aiempi julkaisu: 2017/S 038-068181
Sopimuksen tekeminen
1️⃣
Sopimuksen numero: ECHA/2016/333
Otsikko:
“Framework Contract for the Provision of IT Services for the IT Applications of ECHA related to Biocides, PIC, CLP Regulations and IT Systems for New Tasks...”
Otsikko
Framework Contract for the Provision of IT Services for the IT Applications of ECHA related to Biocides, PIC, CLP Regulations and IT Systems for New Tasks Delegated to the Agency
Näytä lisää
Sopimuksen tekopäivä: 2020-04-01 📅
Tietoa tarjouskilpailuista
Saatujen tarjousten määrä: 1
Sopimus on tehty taloudellisten toimijoiden ryhmän kanssa ✅ Toimeksisaajan nimi ja osoite
Nimi: TRATOS+ Consortium — TRASYS International EEIG (Group leader)
Kansallinen rekisterinumero: BE0667692570
Postiosoite: Rue d'Arlon 53-7
Postitoimipaikka: Brussels
Postinumero: 1040
Maa: Belgia 🇧🇪
Alue: Région de Bruxelles-Capitale/ Brussels Hoofdstedelijk Gewest 🏙️
Toimeksisaaja on pk-yritys
Nimi: Atos Belgium SA (Group member)
Kansallinen rekisterinumero: BE0401848135
Postiosoite: Da Vincilaan 5
Postitoimipaikka: Zaventem
Postinumero: 1930
Alue: Région de Bruxelles-Capitale/Brussels Hoofdstedelijk Gewest 🏙️ Tiedot sopimuksen/erän arvosta (ilman alv:tä)
Hankintasopimuksen/kiinteistön arvioitu kokonaisarvo: EUR 2 400 000 💰
Sopimuksen/osuuden kokonaisarvo: EUR 2 400 000 💰
Alihankintaa koskevat tiedot
Sopimus tehdään todennäköisesti alihankintana
Osuus (%): 20
Lyhyt kuvaus alihankinnan kohteena olevasta sopimuksen osasta: The share to be subcontracted is between 5 and 20 %.
Täydentävät tiedot Arvostelurunko
Nimi: General Court
Postiosoite: rue du Fort Niedergrünewald
Postitoimipaikka: Luxembourg
Postinumero: L -2925
Maa: Luxemburg 🇱🇺
Puhelin: +352 4303-1📞
Sähköposti: generalcourt.registry@curia.europa.eu📧
Faksi: +352 4303-2100 📠
URL: http://curia.europa.eu🌏 Uudelleentarkastelumenettely
Tarkat tiedot uudelleentarkastelumenettelyjen määräajasta (määräajoista):
“You may submit any observations concerning the award procedure to the contracting authority indicated under heading I.1). If you believe that there was...”
Tarkat tiedot uudelleentarkastelumenettelyjen määräajasta (määräajoista)
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 2 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 2 months of the notification of the award decision you may lodge an appeal to the body referred to in VI.4.1).