24
Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL JUSTICE FREEDOM AND SECURITY Directorate B : Immigration, Asylum and Borders Unit B3 : Large-scale IT systems Call for Tender (Article 91 (1) (a) Financial Regulation, Article 122 (2), first paragraph Implementation Rules) JLS-B3-2007-05 “Quality Assurance” Tender Specifications Part 1 - Tender guide and administrative instructions

Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions 071116

EUROPEAN COMMISSION DIRECTORATE-GENERAL JUSTICE FREEDOM AND SECURITY Directorate B Immigration Asylum and Borders Unit B3 Large-scale IT systems

Call for Tender

(Article 91 (1) (a) Financial Regulation

Article 122 (2) first paragraph Implementation Rules)

JLS-B3-2007-05

ldquoQuality Assurancerdquo

Tender Specifications

Part 1 - Tender guide and administrative instructions

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 2 of 24

TABLE OF CONTENTS 1 SUMMARY3

2 SUBJECT OF THE CALL FOR TENDER4

3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER5 31 Terminology 5 32 No obligation to award 5 33 Award of the contract 5 34 Duration of the contract 5 35 Places of delivery 6 36 Security clearance upon delivery 6 37 Cooperation between economic operators joint tender and sub-contracting 6 38 Language and communication between parties 8 39 Absence of conflict of interests 9 310 Opening of tenders 9 311 Contact Point and questions 9

4 EVALUATION PROCEDURE10

5 EXCLUSION CRITERIA 10

6 SELECTION CRITERIA 11 61 Financial and economic capacity 11 62 Technical and professional capacity 11

7 AWARD CRITERIA12 71 Best-Value-for-Money Procedure 12 72 Final score 12 73 Technical offer 13 74 Financial offer 17

8 SUBMISSION OF TENDERS17 81 General conditions 17 82 Tender structure 17 83 Tender contents 18 84 How to submit a tender 21

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS23

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 3 of 24

1 SUMMARY

Publishing authority

The European Commission hereafter referred to as the ldquoCommissionrdquo

Legal basis Council Decision 2004512EC of 8 June 2004 establishing the Visa Information System (VIS) Official Journal of the European Union 15 June 2004 No L 213 page 5 according to which the Commission shall develop the central part of the VIS Council Decision 2001886JHA of 6 December 2001developing the second generation of the Schengen Information System (SIS II) Official Journal of the European Union 13 December 2001 L 328 page 4-6 modified by the Council Decision 20061007JHA of 21 December 2006 Official Journal of the European Union 30 December 2006 L 411 page 78-81 modified by Corrigendum Official Journal of the European Union February 2007 L 27 page 43-44 Council Regulation (EC) No 27252000 of 11 December 2000 establishing EURODAC Official Journal of the European Union 15 December 2000 No L 316 page 1-10 Specific contracts under the framework contract may be concluded regarding IT systems other than SIS II VIS and EURODAC provided a respective legal basis has been adopted by the European legislator beforehand

Procedure Open Call for tender in terms of Article 91 (1) (a) Council Regulation No 16052002 of 25 June 2002 on the Financial Regulation applicable to the general budget of the European Communities (hereinafter referred to as Financial Regulation) Official Journal of the European Union L 248 16 September 2002 modified by Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities Official Journal of the European Union L 390 30122006 p 1ndash26 and Article 122 (2) paragraph 2 of the Commission Regulation (EC Euratom) No 23422002 of 23 December 2002 laying down detailed rules for the implementation of the Financial Regulation (hereinafter referred to as Implementa-tion Rules) Official Journal of the European Communities L 357 31122002 modified by Commission Regulation (EC Euratom) No 12612005 of 20 July 2005 Official Journal of the European Union of 2 August 2005 No L 201 page 3 modified by Commission Regulation (EC Euratom) No 4782007 of 23 April 2007 Official Journal of the European Union L 111 28 April 2007 p 13ndash45

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 4 of 24

Purpose Selection of a company that assists the Commission with project management audit and evaluation in the field of large-scale IT systems in particular in order to monitor and give expert advice to the Commission in the relation to the Commissions contractors for SIS IIVIS BMS and EURODAC and any other current and future contractor of any future large-scale IT systems in the field of Justice Freedom and Security

Contract Framework contract The signature of the Framework Contract is planned for beginning of 2008 followed by the signature of Specific Contract(s) The Framework Contract duration is one year The Framework Contract can be renewed three times Maximum duration 4 years

Places of delivery Brussels Total quantity and volume (indicative)

8000 man-days

Variants Not permitted Lots The services are not divided into lots Prices To be indicated in Euro (euro)

Responsible Service and Contact Point

Directorate-General Justice Freedom and Security Unit B3 Large-scale IT systems Contract and Procurement Office LX 46 561 1049 Brussels Fax +32 2 295 8306 e-mail JLS-B3-CPOceceuint

Deadline for submission of tenders

10 January 2008

2 SUBJECT OF THE CALL FOR TENDER

This call for tender aims to select a company (hereinafter referred to as the ldquoSupport Contrac-torrdquo) that assists the Commission with project management audit and evaluation (ldquoquality as-surancerdquo) in the field of large-scale IT systems in particular but not exclusively in order to monitor and give expert advice to the Commission in relation to Commissions contractors for SIS IIVIS BMS EURODAC and any other current and future contractors (hereinafter re-ferred to as Main Development Contractors) of any future large-scale IT systems in the field of Justice Freedom and Security The contract to be signed following this call for tender is a framework contract The frame-work contract will run for one year and can be renewed (automatically) up to three times for one year each The Framework contract does not involve direct commitment and in particu-lar does not constitute an order per se The framework contract lays down the legal financial technical and administrative provisions governing the relationship between the Commission and the Support Contractor during its period of validity Actual orders will be placed after the framework contract has been signed Signature will be done in form of specific contracts to be concluded in performance of the framework contract (see Tender Specifications Part 4 ndash Framework Contract) The Support Contractor is expected to carry out the following A- and B-Services

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 5 of 24

(1) A-Services Assessment of the deliverable which a Main Development Contractor has to deliver and verification that the deliverable corresponds to their requirements as laid down in the respective Specific Contract (2) B-Services Performance of a defined service in relation to the development andor op-eration of large-scale IT systems in the field of Justice and Home Affairs other than A-Services (ldquoB-Servicesrdquo) as laid down in the respective Specific Contract The Commission and the Sup-port Contractor will agree on a case-by-case basis on the exact profile(s) and quantity of man-days to be used for the execution of the B-Services On the basis of the Support Contractorrsquos fi-nancial offer for pre-defined profiles (see Tender Specifications Part 3 ndash Requirements and pro-files for IT personnel) the price per B-Service will be fixed following the profile(s) and man-days to be used for the execution of the services Depending on the requirements involved B-Services will be acquired using either intra muros or extra muros

3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER

31 Terminology

Specific terms and acronyms which are used throughout the tender specifications (Part 1 ndash 5) and need to be explained for better understanding are defined in Tender Specifications Part 5 ndash Glossary and acronyms and in the Framework Contract Specific terms can be identified in the text as the first letter of the word is written in upper case (eg Support De-liverable)

32 No obligation to award

Fulfilment of conditions for award will not involve the Commission in any obligation to award the framework contract The Commission will not be liable for any compensation with respect to tenderers whose tenders have not been accepted nor will it be so liable in the event of deciding not to award the Contract

33 Award of the contract

Following the decision to award the framework contract the Commission will conclude a Framework Contract (see Tender Specifications Part 4 ndash Framework Contract) with the successful tenderer The Contract lays down the legal financial technical and administra-tive provisions governing the relation between the contracting parties (the European Com-munity represented by the European Commission and the successful tenderer) during the period of their validity

34 Duration of the contract

The Contract will be concluded for one year The Contract can be renewed three times for one year each In considering a possible renewal of the Contract the Commission will de-cide at its sole discretion while taking into account the performance results of the Support Contractor throughout the year (see details in Tender Specifications Part 2 - Technical Specifications) and without any right thereto for the Support Contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 6 of 24

35 Places of performance and delivery

The Support Contractor is expected to perform the requested A-Services and B-Services at the Support Contractors place of activity (performing as extra muros)

However where necessary the Support Contractor may be asked to perform certain B-Services in Commission premises in Brussels (performance as intra muros)

The type and quantity of B-Services to be performed as intra muros will be agreed on case-by-case When performing as intra muros the Support Contractors personnel will use only the standard software packages used by the Commission No other software may be installed or used without the written authorisation of the Commission

The results of the A-Services and B-Services shall be delivered to the Commission prem-ises in Brussels unless otherwise agreed

The Support Contractor is supposed to work mainly in his own premises Part of the Sup-port Contractors team may be asked to work inside Commission premises for a limited pe-riod of time where necessary for the execution of the services and strictly in line with the Commission administrative rules on external personal working in Commission premises

Moreover the Support Contractor is expected to attend meetings in Brussels in Commis-sion premises very frequently

Finally the Support Contractor may be requested to travel to Member States sites or IT central system sites in France Austria Luxembourg or any other place Travel expenses related to missions from and to places other than Brussels and the Support Contractors place of business will be reimbursed as set forth by the provisions of the framework con-tract

36 Security clearance upon delivery

For the execution of strictly security related A-services or B-services a security clearance of the respective Support Contractor staff member may be requested Whether a security clearance is necessary is likely to be known at the moment of the request for the service only Tenderers are requested to fill in and submit the personnel identification and security forms for each staff member (see Tender Specifications Part 1 ndash Tender guide and admin-istrative instructions (annexes) annex 7)

37 Cooperation between economic operators joint tender and sub-contracting

Tenderers can consider co-operation with others and participate in this call for tender by means of a joint tender (consortium) sub-contracting or a combination of it

Any tender from cooperating economic operators must indicate clearly whether each op-erator involved in the tender is acting as a partner in a joint tender or as a sub-contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 7 of 24

371 Joint tenders

Joint tenders submitted by several economic operators (a consortium) are allowed Economic operators in a joint tender assume joint and several liabilities towards the European Commission for the performance of the contract as a whole Please note that statements such as for instance

bull one of the partners of the joint tender will be responsible for part of the contract and another one for the rest or

bull more than one contract should be signed if the joint tender is successful are not compatible with the principle of joint and several liability Any such state-ment in the joint tender will lead to the exclusion of the tender from the tender procedure on the grounds that the joint tender does not comply with the tendering specifications Joint tenders will be assessed as follows

1 the exclusion criteria will be assessed in relation to each company indi-vidually

2 the selection criteria for technical professional economic and financial ca-

pacity and the evaluation criteria will be assessed in relation to the tender-ing group as a whole

If an economic operator intends to tender with a partner and has already set up a consortium or a similar entity to that end the operator shall mention this fact in his offer together with any other relevant information in this connection In case a joint tender is selected for award the Commission will require the con-sortium to give it a formal status before the contract is signed The formal status can take the form of

1 an entity with legal personality recognised by a Member State or 2 an entity without legal personality but offering sufficient protection of the

Commissionrsquos contractual interests (depending on the Member State con-cerned this may be for example a consortium or a temporary association) or

3 the signature by all the partners of a ldquopower of attorneyrdquo (group leader or

group manager) based on the models used in the Commission which pro-vide for a form of cooperation The model can be found at the following address httpeceuropaeudgsinformaticsprocurementuseful_documentsindex_enhtm

372 Sub-contracting

Certain tasks to be carried out under the Specific Contract(s) may be entrusted to sub-contractors provided the Commission has approved of the sub-contracting in line with the provisions on sub-contracting as laid down in the Framework Con-tract and respective Specific Contract(s)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 2: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 2 of 24

TABLE OF CONTENTS 1 SUMMARY3

2 SUBJECT OF THE CALL FOR TENDER4

3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER5 31 Terminology 5 32 No obligation to award 5 33 Award of the contract 5 34 Duration of the contract 5 35 Places of delivery 6 36 Security clearance upon delivery 6 37 Cooperation between economic operators joint tender and sub-contracting 6 38 Language and communication between parties 8 39 Absence of conflict of interests 9 310 Opening of tenders 9 311 Contact Point and questions 9

4 EVALUATION PROCEDURE10

5 EXCLUSION CRITERIA 10

6 SELECTION CRITERIA 11 61 Financial and economic capacity 11 62 Technical and professional capacity 11

7 AWARD CRITERIA12 71 Best-Value-for-Money Procedure 12 72 Final score 12 73 Technical offer 13 74 Financial offer 17

8 SUBMISSION OF TENDERS17 81 General conditions 17 82 Tender structure 17 83 Tender contents 18 84 How to submit a tender 21

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS23

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 3 of 24

1 SUMMARY

Publishing authority

The European Commission hereafter referred to as the ldquoCommissionrdquo

Legal basis Council Decision 2004512EC of 8 June 2004 establishing the Visa Information System (VIS) Official Journal of the European Union 15 June 2004 No L 213 page 5 according to which the Commission shall develop the central part of the VIS Council Decision 2001886JHA of 6 December 2001developing the second generation of the Schengen Information System (SIS II) Official Journal of the European Union 13 December 2001 L 328 page 4-6 modified by the Council Decision 20061007JHA of 21 December 2006 Official Journal of the European Union 30 December 2006 L 411 page 78-81 modified by Corrigendum Official Journal of the European Union February 2007 L 27 page 43-44 Council Regulation (EC) No 27252000 of 11 December 2000 establishing EURODAC Official Journal of the European Union 15 December 2000 No L 316 page 1-10 Specific contracts under the framework contract may be concluded regarding IT systems other than SIS II VIS and EURODAC provided a respective legal basis has been adopted by the European legislator beforehand

Procedure Open Call for tender in terms of Article 91 (1) (a) Council Regulation No 16052002 of 25 June 2002 on the Financial Regulation applicable to the general budget of the European Communities (hereinafter referred to as Financial Regulation) Official Journal of the European Union L 248 16 September 2002 modified by Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities Official Journal of the European Union L 390 30122006 p 1ndash26 and Article 122 (2) paragraph 2 of the Commission Regulation (EC Euratom) No 23422002 of 23 December 2002 laying down detailed rules for the implementation of the Financial Regulation (hereinafter referred to as Implementa-tion Rules) Official Journal of the European Communities L 357 31122002 modified by Commission Regulation (EC Euratom) No 12612005 of 20 July 2005 Official Journal of the European Union of 2 August 2005 No L 201 page 3 modified by Commission Regulation (EC Euratom) No 4782007 of 23 April 2007 Official Journal of the European Union L 111 28 April 2007 p 13ndash45

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 4 of 24

Purpose Selection of a company that assists the Commission with project management audit and evaluation in the field of large-scale IT systems in particular in order to monitor and give expert advice to the Commission in the relation to the Commissions contractors for SIS IIVIS BMS and EURODAC and any other current and future contractor of any future large-scale IT systems in the field of Justice Freedom and Security

Contract Framework contract The signature of the Framework Contract is planned for beginning of 2008 followed by the signature of Specific Contract(s) The Framework Contract duration is one year The Framework Contract can be renewed three times Maximum duration 4 years

Places of delivery Brussels Total quantity and volume (indicative)

8000 man-days

Variants Not permitted Lots The services are not divided into lots Prices To be indicated in Euro (euro)

Responsible Service and Contact Point

Directorate-General Justice Freedom and Security Unit B3 Large-scale IT systems Contract and Procurement Office LX 46 561 1049 Brussels Fax +32 2 295 8306 e-mail JLS-B3-CPOceceuint

Deadline for submission of tenders

10 January 2008

2 SUBJECT OF THE CALL FOR TENDER

This call for tender aims to select a company (hereinafter referred to as the ldquoSupport Contrac-torrdquo) that assists the Commission with project management audit and evaluation (ldquoquality as-surancerdquo) in the field of large-scale IT systems in particular but not exclusively in order to monitor and give expert advice to the Commission in relation to Commissions contractors for SIS IIVIS BMS EURODAC and any other current and future contractors (hereinafter re-ferred to as Main Development Contractors) of any future large-scale IT systems in the field of Justice Freedom and Security The contract to be signed following this call for tender is a framework contract The frame-work contract will run for one year and can be renewed (automatically) up to three times for one year each The Framework contract does not involve direct commitment and in particu-lar does not constitute an order per se The framework contract lays down the legal financial technical and administrative provisions governing the relationship between the Commission and the Support Contractor during its period of validity Actual orders will be placed after the framework contract has been signed Signature will be done in form of specific contracts to be concluded in performance of the framework contract (see Tender Specifications Part 4 ndash Framework Contract) The Support Contractor is expected to carry out the following A- and B-Services

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 5 of 24

(1) A-Services Assessment of the deliverable which a Main Development Contractor has to deliver and verification that the deliverable corresponds to their requirements as laid down in the respective Specific Contract (2) B-Services Performance of a defined service in relation to the development andor op-eration of large-scale IT systems in the field of Justice and Home Affairs other than A-Services (ldquoB-Servicesrdquo) as laid down in the respective Specific Contract The Commission and the Sup-port Contractor will agree on a case-by-case basis on the exact profile(s) and quantity of man-days to be used for the execution of the B-Services On the basis of the Support Contractorrsquos fi-nancial offer for pre-defined profiles (see Tender Specifications Part 3 ndash Requirements and pro-files for IT personnel) the price per B-Service will be fixed following the profile(s) and man-days to be used for the execution of the services Depending on the requirements involved B-Services will be acquired using either intra muros or extra muros

3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER

31 Terminology

Specific terms and acronyms which are used throughout the tender specifications (Part 1 ndash 5) and need to be explained for better understanding are defined in Tender Specifications Part 5 ndash Glossary and acronyms and in the Framework Contract Specific terms can be identified in the text as the first letter of the word is written in upper case (eg Support De-liverable)

32 No obligation to award

Fulfilment of conditions for award will not involve the Commission in any obligation to award the framework contract The Commission will not be liable for any compensation with respect to tenderers whose tenders have not been accepted nor will it be so liable in the event of deciding not to award the Contract

33 Award of the contract

Following the decision to award the framework contract the Commission will conclude a Framework Contract (see Tender Specifications Part 4 ndash Framework Contract) with the successful tenderer The Contract lays down the legal financial technical and administra-tive provisions governing the relation between the contracting parties (the European Com-munity represented by the European Commission and the successful tenderer) during the period of their validity

34 Duration of the contract

The Contract will be concluded for one year The Contract can be renewed three times for one year each In considering a possible renewal of the Contract the Commission will de-cide at its sole discretion while taking into account the performance results of the Support Contractor throughout the year (see details in Tender Specifications Part 2 - Technical Specifications) and without any right thereto for the Support Contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 6 of 24

35 Places of performance and delivery

The Support Contractor is expected to perform the requested A-Services and B-Services at the Support Contractors place of activity (performing as extra muros)

However where necessary the Support Contractor may be asked to perform certain B-Services in Commission premises in Brussels (performance as intra muros)

The type and quantity of B-Services to be performed as intra muros will be agreed on case-by-case When performing as intra muros the Support Contractors personnel will use only the standard software packages used by the Commission No other software may be installed or used without the written authorisation of the Commission

The results of the A-Services and B-Services shall be delivered to the Commission prem-ises in Brussels unless otherwise agreed

The Support Contractor is supposed to work mainly in his own premises Part of the Sup-port Contractors team may be asked to work inside Commission premises for a limited pe-riod of time where necessary for the execution of the services and strictly in line with the Commission administrative rules on external personal working in Commission premises

Moreover the Support Contractor is expected to attend meetings in Brussels in Commis-sion premises very frequently

Finally the Support Contractor may be requested to travel to Member States sites or IT central system sites in France Austria Luxembourg or any other place Travel expenses related to missions from and to places other than Brussels and the Support Contractors place of business will be reimbursed as set forth by the provisions of the framework con-tract

36 Security clearance upon delivery

For the execution of strictly security related A-services or B-services a security clearance of the respective Support Contractor staff member may be requested Whether a security clearance is necessary is likely to be known at the moment of the request for the service only Tenderers are requested to fill in and submit the personnel identification and security forms for each staff member (see Tender Specifications Part 1 ndash Tender guide and admin-istrative instructions (annexes) annex 7)

37 Cooperation between economic operators joint tender and sub-contracting

Tenderers can consider co-operation with others and participate in this call for tender by means of a joint tender (consortium) sub-contracting or a combination of it

Any tender from cooperating economic operators must indicate clearly whether each op-erator involved in the tender is acting as a partner in a joint tender or as a sub-contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 7 of 24

371 Joint tenders

Joint tenders submitted by several economic operators (a consortium) are allowed Economic operators in a joint tender assume joint and several liabilities towards the European Commission for the performance of the contract as a whole Please note that statements such as for instance

bull one of the partners of the joint tender will be responsible for part of the contract and another one for the rest or

bull more than one contract should be signed if the joint tender is successful are not compatible with the principle of joint and several liability Any such state-ment in the joint tender will lead to the exclusion of the tender from the tender procedure on the grounds that the joint tender does not comply with the tendering specifications Joint tenders will be assessed as follows

1 the exclusion criteria will be assessed in relation to each company indi-vidually

2 the selection criteria for technical professional economic and financial ca-

pacity and the evaluation criteria will be assessed in relation to the tender-ing group as a whole

If an economic operator intends to tender with a partner and has already set up a consortium or a similar entity to that end the operator shall mention this fact in his offer together with any other relevant information in this connection In case a joint tender is selected for award the Commission will require the con-sortium to give it a formal status before the contract is signed The formal status can take the form of

1 an entity with legal personality recognised by a Member State or 2 an entity without legal personality but offering sufficient protection of the

Commissionrsquos contractual interests (depending on the Member State con-cerned this may be for example a consortium or a temporary association) or

3 the signature by all the partners of a ldquopower of attorneyrdquo (group leader or

group manager) based on the models used in the Commission which pro-vide for a form of cooperation The model can be found at the following address httpeceuropaeudgsinformaticsprocurementuseful_documentsindex_enhtm

372 Sub-contracting

Certain tasks to be carried out under the Specific Contract(s) may be entrusted to sub-contractors provided the Commission has approved of the sub-contracting in line with the provisions on sub-contracting as laid down in the Framework Con-tract and respective Specific Contract(s)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 3: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 3 of 24

1 SUMMARY

Publishing authority

The European Commission hereafter referred to as the ldquoCommissionrdquo

Legal basis Council Decision 2004512EC of 8 June 2004 establishing the Visa Information System (VIS) Official Journal of the European Union 15 June 2004 No L 213 page 5 according to which the Commission shall develop the central part of the VIS Council Decision 2001886JHA of 6 December 2001developing the second generation of the Schengen Information System (SIS II) Official Journal of the European Union 13 December 2001 L 328 page 4-6 modified by the Council Decision 20061007JHA of 21 December 2006 Official Journal of the European Union 30 December 2006 L 411 page 78-81 modified by Corrigendum Official Journal of the European Union February 2007 L 27 page 43-44 Council Regulation (EC) No 27252000 of 11 December 2000 establishing EURODAC Official Journal of the European Union 15 December 2000 No L 316 page 1-10 Specific contracts under the framework contract may be concluded regarding IT systems other than SIS II VIS and EURODAC provided a respective legal basis has been adopted by the European legislator beforehand

Procedure Open Call for tender in terms of Article 91 (1) (a) Council Regulation No 16052002 of 25 June 2002 on the Financial Regulation applicable to the general budget of the European Communities (hereinafter referred to as Financial Regulation) Official Journal of the European Union L 248 16 September 2002 modified by Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities Official Journal of the European Union L 390 30122006 p 1ndash26 and Article 122 (2) paragraph 2 of the Commission Regulation (EC Euratom) No 23422002 of 23 December 2002 laying down detailed rules for the implementation of the Financial Regulation (hereinafter referred to as Implementa-tion Rules) Official Journal of the European Communities L 357 31122002 modified by Commission Regulation (EC Euratom) No 12612005 of 20 July 2005 Official Journal of the European Union of 2 August 2005 No L 201 page 3 modified by Commission Regulation (EC Euratom) No 4782007 of 23 April 2007 Official Journal of the European Union L 111 28 April 2007 p 13ndash45

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 4 of 24

Purpose Selection of a company that assists the Commission with project management audit and evaluation in the field of large-scale IT systems in particular in order to monitor and give expert advice to the Commission in the relation to the Commissions contractors for SIS IIVIS BMS and EURODAC and any other current and future contractor of any future large-scale IT systems in the field of Justice Freedom and Security

Contract Framework contract The signature of the Framework Contract is planned for beginning of 2008 followed by the signature of Specific Contract(s) The Framework Contract duration is one year The Framework Contract can be renewed three times Maximum duration 4 years

Places of delivery Brussels Total quantity and volume (indicative)

8000 man-days

Variants Not permitted Lots The services are not divided into lots Prices To be indicated in Euro (euro)

Responsible Service and Contact Point

Directorate-General Justice Freedom and Security Unit B3 Large-scale IT systems Contract and Procurement Office LX 46 561 1049 Brussels Fax +32 2 295 8306 e-mail JLS-B3-CPOceceuint

Deadline for submission of tenders

10 January 2008

2 SUBJECT OF THE CALL FOR TENDER

This call for tender aims to select a company (hereinafter referred to as the ldquoSupport Contrac-torrdquo) that assists the Commission with project management audit and evaluation (ldquoquality as-surancerdquo) in the field of large-scale IT systems in particular but not exclusively in order to monitor and give expert advice to the Commission in relation to Commissions contractors for SIS IIVIS BMS EURODAC and any other current and future contractors (hereinafter re-ferred to as Main Development Contractors) of any future large-scale IT systems in the field of Justice Freedom and Security The contract to be signed following this call for tender is a framework contract The frame-work contract will run for one year and can be renewed (automatically) up to three times for one year each The Framework contract does not involve direct commitment and in particu-lar does not constitute an order per se The framework contract lays down the legal financial technical and administrative provisions governing the relationship between the Commission and the Support Contractor during its period of validity Actual orders will be placed after the framework contract has been signed Signature will be done in form of specific contracts to be concluded in performance of the framework contract (see Tender Specifications Part 4 ndash Framework Contract) The Support Contractor is expected to carry out the following A- and B-Services

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 5 of 24

(1) A-Services Assessment of the deliverable which a Main Development Contractor has to deliver and verification that the deliverable corresponds to their requirements as laid down in the respective Specific Contract (2) B-Services Performance of a defined service in relation to the development andor op-eration of large-scale IT systems in the field of Justice and Home Affairs other than A-Services (ldquoB-Servicesrdquo) as laid down in the respective Specific Contract The Commission and the Sup-port Contractor will agree on a case-by-case basis on the exact profile(s) and quantity of man-days to be used for the execution of the B-Services On the basis of the Support Contractorrsquos fi-nancial offer for pre-defined profiles (see Tender Specifications Part 3 ndash Requirements and pro-files for IT personnel) the price per B-Service will be fixed following the profile(s) and man-days to be used for the execution of the services Depending on the requirements involved B-Services will be acquired using either intra muros or extra muros

3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER

31 Terminology

Specific terms and acronyms which are used throughout the tender specifications (Part 1 ndash 5) and need to be explained for better understanding are defined in Tender Specifications Part 5 ndash Glossary and acronyms and in the Framework Contract Specific terms can be identified in the text as the first letter of the word is written in upper case (eg Support De-liverable)

32 No obligation to award

Fulfilment of conditions for award will not involve the Commission in any obligation to award the framework contract The Commission will not be liable for any compensation with respect to tenderers whose tenders have not been accepted nor will it be so liable in the event of deciding not to award the Contract

33 Award of the contract

Following the decision to award the framework contract the Commission will conclude a Framework Contract (see Tender Specifications Part 4 ndash Framework Contract) with the successful tenderer The Contract lays down the legal financial technical and administra-tive provisions governing the relation between the contracting parties (the European Com-munity represented by the European Commission and the successful tenderer) during the period of their validity

34 Duration of the contract

The Contract will be concluded for one year The Contract can be renewed three times for one year each In considering a possible renewal of the Contract the Commission will de-cide at its sole discretion while taking into account the performance results of the Support Contractor throughout the year (see details in Tender Specifications Part 2 - Technical Specifications) and without any right thereto for the Support Contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 6 of 24

35 Places of performance and delivery

The Support Contractor is expected to perform the requested A-Services and B-Services at the Support Contractors place of activity (performing as extra muros)

However where necessary the Support Contractor may be asked to perform certain B-Services in Commission premises in Brussels (performance as intra muros)

The type and quantity of B-Services to be performed as intra muros will be agreed on case-by-case When performing as intra muros the Support Contractors personnel will use only the standard software packages used by the Commission No other software may be installed or used without the written authorisation of the Commission

The results of the A-Services and B-Services shall be delivered to the Commission prem-ises in Brussels unless otherwise agreed

The Support Contractor is supposed to work mainly in his own premises Part of the Sup-port Contractors team may be asked to work inside Commission premises for a limited pe-riod of time where necessary for the execution of the services and strictly in line with the Commission administrative rules on external personal working in Commission premises

Moreover the Support Contractor is expected to attend meetings in Brussels in Commis-sion premises very frequently

Finally the Support Contractor may be requested to travel to Member States sites or IT central system sites in France Austria Luxembourg or any other place Travel expenses related to missions from and to places other than Brussels and the Support Contractors place of business will be reimbursed as set forth by the provisions of the framework con-tract

36 Security clearance upon delivery

For the execution of strictly security related A-services or B-services a security clearance of the respective Support Contractor staff member may be requested Whether a security clearance is necessary is likely to be known at the moment of the request for the service only Tenderers are requested to fill in and submit the personnel identification and security forms for each staff member (see Tender Specifications Part 1 ndash Tender guide and admin-istrative instructions (annexes) annex 7)

37 Cooperation between economic operators joint tender and sub-contracting

Tenderers can consider co-operation with others and participate in this call for tender by means of a joint tender (consortium) sub-contracting or a combination of it

Any tender from cooperating economic operators must indicate clearly whether each op-erator involved in the tender is acting as a partner in a joint tender or as a sub-contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 7 of 24

371 Joint tenders

Joint tenders submitted by several economic operators (a consortium) are allowed Economic operators in a joint tender assume joint and several liabilities towards the European Commission for the performance of the contract as a whole Please note that statements such as for instance

bull one of the partners of the joint tender will be responsible for part of the contract and another one for the rest or

bull more than one contract should be signed if the joint tender is successful are not compatible with the principle of joint and several liability Any such state-ment in the joint tender will lead to the exclusion of the tender from the tender procedure on the grounds that the joint tender does not comply with the tendering specifications Joint tenders will be assessed as follows

1 the exclusion criteria will be assessed in relation to each company indi-vidually

2 the selection criteria for technical professional economic and financial ca-

pacity and the evaluation criteria will be assessed in relation to the tender-ing group as a whole

If an economic operator intends to tender with a partner and has already set up a consortium or a similar entity to that end the operator shall mention this fact in his offer together with any other relevant information in this connection In case a joint tender is selected for award the Commission will require the con-sortium to give it a formal status before the contract is signed The formal status can take the form of

1 an entity with legal personality recognised by a Member State or 2 an entity without legal personality but offering sufficient protection of the

Commissionrsquos contractual interests (depending on the Member State con-cerned this may be for example a consortium or a temporary association) or

3 the signature by all the partners of a ldquopower of attorneyrdquo (group leader or

group manager) based on the models used in the Commission which pro-vide for a form of cooperation The model can be found at the following address httpeceuropaeudgsinformaticsprocurementuseful_documentsindex_enhtm

372 Sub-contracting

Certain tasks to be carried out under the Specific Contract(s) may be entrusted to sub-contractors provided the Commission has approved of the sub-contracting in line with the provisions on sub-contracting as laid down in the Framework Con-tract and respective Specific Contract(s)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 4: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 4 of 24

Purpose Selection of a company that assists the Commission with project management audit and evaluation in the field of large-scale IT systems in particular in order to monitor and give expert advice to the Commission in the relation to the Commissions contractors for SIS IIVIS BMS and EURODAC and any other current and future contractor of any future large-scale IT systems in the field of Justice Freedom and Security

Contract Framework contract The signature of the Framework Contract is planned for beginning of 2008 followed by the signature of Specific Contract(s) The Framework Contract duration is one year The Framework Contract can be renewed three times Maximum duration 4 years

Places of delivery Brussels Total quantity and volume (indicative)

8000 man-days

Variants Not permitted Lots The services are not divided into lots Prices To be indicated in Euro (euro)

Responsible Service and Contact Point

Directorate-General Justice Freedom and Security Unit B3 Large-scale IT systems Contract and Procurement Office LX 46 561 1049 Brussels Fax +32 2 295 8306 e-mail JLS-B3-CPOceceuint

Deadline for submission of tenders

10 January 2008

2 SUBJECT OF THE CALL FOR TENDER

This call for tender aims to select a company (hereinafter referred to as the ldquoSupport Contrac-torrdquo) that assists the Commission with project management audit and evaluation (ldquoquality as-surancerdquo) in the field of large-scale IT systems in particular but not exclusively in order to monitor and give expert advice to the Commission in relation to Commissions contractors for SIS IIVIS BMS EURODAC and any other current and future contractors (hereinafter re-ferred to as Main Development Contractors) of any future large-scale IT systems in the field of Justice Freedom and Security The contract to be signed following this call for tender is a framework contract The frame-work contract will run for one year and can be renewed (automatically) up to three times for one year each The Framework contract does not involve direct commitment and in particu-lar does not constitute an order per se The framework contract lays down the legal financial technical and administrative provisions governing the relationship between the Commission and the Support Contractor during its period of validity Actual orders will be placed after the framework contract has been signed Signature will be done in form of specific contracts to be concluded in performance of the framework contract (see Tender Specifications Part 4 ndash Framework Contract) The Support Contractor is expected to carry out the following A- and B-Services

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 5 of 24

(1) A-Services Assessment of the deliverable which a Main Development Contractor has to deliver and verification that the deliverable corresponds to their requirements as laid down in the respective Specific Contract (2) B-Services Performance of a defined service in relation to the development andor op-eration of large-scale IT systems in the field of Justice and Home Affairs other than A-Services (ldquoB-Servicesrdquo) as laid down in the respective Specific Contract The Commission and the Sup-port Contractor will agree on a case-by-case basis on the exact profile(s) and quantity of man-days to be used for the execution of the B-Services On the basis of the Support Contractorrsquos fi-nancial offer for pre-defined profiles (see Tender Specifications Part 3 ndash Requirements and pro-files for IT personnel) the price per B-Service will be fixed following the profile(s) and man-days to be used for the execution of the services Depending on the requirements involved B-Services will be acquired using either intra muros or extra muros

3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER

31 Terminology

Specific terms and acronyms which are used throughout the tender specifications (Part 1 ndash 5) and need to be explained for better understanding are defined in Tender Specifications Part 5 ndash Glossary and acronyms and in the Framework Contract Specific terms can be identified in the text as the first letter of the word is written in upper case (eg Support De-liverable)

32 No obligation to award

Fulfilment of conditions for award will not involve the Commission in any obligation to award the framework contract The Commission will not be liable for any compensation with respect to tenderers whose tenders have not been accepted nor will it be so liable in the event of deciding not to award the Contract

33 Award of the contract

Following the decision to award the framework contract the Commission will conclude a Framework Contract (see Tender Specifications Part 4 ndash Framework Contract) with the successful tenderer The Contract lays down the legal financial technical and administra-tive provisions governing the relation between the contracting parties (the European Com-munity represented by the European Commission and the successful tenderer) during the period of their validity

34 Duration of the contract

The Contract will be concluded for one year The Contract can be renewed three times for one year each In considering a possible renewal of the Contract the Commission will de-cide at its sole discretion while taking into account the performance results of the Support Contractor throughout the year (see details in Tender Specifications Part 2 - Technical Specifications) and without any right thereto for the Support Contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 6 of 24

35 Places of performance and delivery

The Support Contractor is expected to perform the requested A-Services and B-Services at the Support Contractors place of activity (performing as extra muros)

However where necessary the Support Contractor may be asked to perform certain B-Services in Commission premises in Brussels (performance as intra muros)

The type and quantity of B-Services to be performed as intra muros will be agreed on case-by-case When performing as intra muros the Support Contractors personnel will use only the standard software packages used by the Commission No other software may be installed or used without the written authorisation of the Commission

The results of the A-Services and B-Services shall be delivered to the Commission prem-ises in Brussels unless otherwise agreed

The Support Contractor is supposed to work mainly in his own premises Part of the Sup-port Contractors team may be asked to work inside Commission premises for a limited pe-riod of time where necessary for the execution of the services and strictly in line with the Commission administrative rules on external personal working in Commission premises

Moreover the Support Contractor is expected to attend meetings in Brussels in Commis-sion premises very frequently

Finally the Support Contractor may be requested to travel to Member States sites or IT central system sites in France Austria Luxembourg or any other place Travel expenses related to missions from and to places other than Brussels and the Support Contractors place of business will be reimbursed as set forth by the provisions of the framework con-tract

36 Security clearance upon delivery

For the execution of strictly security related A-services or B-services a security clearance of the respective Support Contractor staff member may be requested Whether a security clearance is necessary is likely to be known at the moment of the request for the service only Tenderers are requested to fill in and submit the personnel identification and security forms for each staff member (see Tender Specifications Part 1 ndash Tender guide and admin-istrative instructions (annexes) annex 7)

37 Cooperation between economic operators joint tender and sub-contracting

Tenderers can consider co-operation with others and participate in this call for tender by means of a joint tender (consortium) sub-contracting or a combination of it

Any tender from cooperating economic operators must indicate clearly whether each op-erator involved in the tender is acting as a partner in a joint tender or as a sub-contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 7 of 24

371 Joint tenders

Joint tenders submitted by several economic operators (a consortium) are allowed Economic operators in a joint tender assume joint and several liabilities towards the European Commission for the performance of the contract as a whole Please note that statements such as for instance

bull one of the partners of the joint tender will be responsible for part of the contract and another one for the rest or

bull more than one contract should be signed if the joint tender is successful are not compatible with the principle of joint and several liability Any such state-ment in the joint tender will lead to the exclusion of the tender from the tender procedure on the grounds that the joint tender does not comply with the tendering specifications Joint tenders will be assessed as follows

1 the exclusion criteria will be assessed in relation to each company indi-vidually

2 the selection criteria for technical professional economic and financial ca-

pacity and the evaluation criteria will be assessed in relation to the tender-ing group as a whole

If an economic operator intends to tender with a partner and has already set up a consortium or a similar entity to that end the operator shall mention this fact in his offer together with any other relevant information in this connection In case a joint tender is selected for award the Commission will require the con-sortium to give it a formal status before the contract is signed The formal status can take the form of

1 an entity with legal personality recognised by a Member State or 2 an entity without legal personality but offering sufficient protection of the

Commissionrsquos contractual interests (depending on the Member State con-cerned this may be for example a consortium or a temporary association) or

3 the signature by all the partners of a ldquopower of attorneyrdquo (group leader or

group manager) based on the models used in the Commission which pro-vide for a form of cooperation The model can be found at the following address httpeceuropaeudgsinformaticsprocurementuseful_documentsindex_enhtm

372 Sub-contracting

Certain tasks to be carried out under the Specific Contract(s) may be entrusted to sub-contractors provided the Commission has approved of the sub-contracting in line with the provisions on sub-contracting as laid down in the Framework Con-tract and respective Specific Contract(s)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 5: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 5 of 24

(1) A-Services Assessment of the deliverable which a Main Development Contractor has to deliver and verification that the deliverable corresponds to their requirements as laid down in the respective Specific Contract (2) B-Services Performance of a defined service in relation to the development andor op-eration of large-scale IT systems in the field of Justice and Home Affairs other than A-Services (ldquoB-Servicesrdquo) as laid down in the respective Specific Contract The Commission and the Sup-port Contractor will agree on a case-by-case basis on the exact profile(s) and quantity of man-days to be used for the execution of the B-Services On the basis of the Support Contractorrsquos fi-nancial offer for pre-defined profiles (see Tender Specifications Part 3 ndash Requirements and pro-files for IT personnel) the price per B-Service will be fixed following the profile(s) and man-days to be used for the execution of the services Depending on the requirements involved B-Services will be acquired using either intra muros or extra muros

3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER

31 Terminology

Specific terms and acronyms which are used throughout the tender specifications (Part 1 ndash 5) and need to be explained for better understanding are defined in Tender Specifications Part 5 ndash Glossary and acronyms and in the Framework Contract Specific terms can be identified in the text as the first letter of the word is written in upper case (eg Support De-liverable)

32 No obligation to award

Fulfilment of conditions for award will not involve the Commission in any obligation to award the framework contract The Commission will not be liable for any compensation with respect to tenderers whose tenders have not been accepted nor will it be so liable in the event of deciding not to award the Contract

33 Award of the contract

Following the decision to award the framework contract the Commission will conclude a Framework Contract (see Tender Specifications Part 4 ndash Framework Contract) with the successful tenderer The Contract lays down the legal financial technical and administra-tive provisions governing the relation between the contracting parties (the European Com-munity represented by the European Commission and the successful tenderer) during the period of their validity

34 Duration of the contract

The Contract will be concluded for one year The Contract can be renewed three times for one year each In considering a possible renewal of the Contract the Commission will de-cide at its sole discretion while taking into account the performance results of the Support Contractor throughout the year (see details in Tender Specifications Part 2 - Technical Specifications) and without any right thereto for the Support Contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 6 of 24

35 Places of performance and delivery

The Support Contractor is expected to perform the requested A-Services and B-Services at the Support Contractors place of activity (performing as extra muros)

However where necessary the Support Contractor may be asked to perform certain B-Services in Commission premises in Brussels (performance as intra muros)

The type and quantity of B-Services to be performed as intra muros will be agreed on case-by-case When performing as intra muros the Support Contractors personnel will use only the standard software packages used by the Commission No other software may be installed or used without the written authorisation of the Commission

The results of the A-Services and B-Services shall be delivered to the Commission prem-ises in Brussels unless otherwise agreed

The Support Contractor is supposed to work mainly in his own premises Part of the Sup-port Contractors team may be asked to work inside Commission premises for a limited pe-riod of time where necessary for the execution of the services and strictly in line with the Commission administrative rules on external personal working in Commission premises

Moreover the Support Contractor is expected to attend meetings in Brussels in Commis-sion premises very frequently

Finally the Support Contractor may be requested to travel to Member States sites or IT central system sites in France Austria Luxembourg or any other place Travel expenses related to missions from and to places other than Brussels and the Support Contractors place of business will be reimbursed as set forth by the provisions of the framework con-tract

36 Security clearance upon delivery

For the execution of strictly security related A-services or B-services a security clearance of the respective Support Contractor staff member may be requested Whether a security clearance is necessary is likely to be known at the moment of the request for the service only Tenderers are requested to fill in and submit the personnel identification and security forms for each staff member (see Tender Specifications Part 1 ndash Tender guide and admin-istrative instructions (annexes) annex 7)

37 Cooperation between economic operators joint tender and sub-contracting

Tenderers can consider co-operation with others and participate in this call for tender by means of a joint tender (consortium) sub-contracting or a combination of it

Any tender from cooperating economic operators must indicate clearly whether each op-erator involved in the tender is acting as a partner in a joint tender or as a sub-contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 7 of 24

371 Joint tenders

Joint tenders submitted by several economic operators (a consortium) are allowed Economic operators in a joint tender assume joint and several liabilities towards the European Commission for the performance of the contract as a whole Please note that statements such as for instance

bull one of the partners of the joint tender will be responsible for part of the contract and another one for the rest or

bull more than one contract should be signed if the joint tender is successful are not compatible with the principle of joint and several liability Any such state-ment in the joint tender will lead to the exclusion of the tender from the tender procedure on the grounds that the joint tender does not comply with the tendering specifications Joint tenders will be assessed as follows

1 the exclusion criteria will be assessed in relation to each company indi-vidually

2 the selection criteria for technical professional economic and financial ca-

pacity and the evaluation criteria will be assessed in relation to the tender-ing group as a whole

If an economic operator intends to tender with a partner and has already set up a consortium or a similar entity to that end the operator shall mention this fact in his offer together with any other relevant information in this connection In case a joint tender is selected for award the Commission will require the con-sortium to give it a formal status before the contract is signed The formal status can take the form of

1 an entity with legal personality recognised by a Member State or 2 an entity without legal personality but offering sufficient protection of the

Commissionrsquos contractual interests (depending on the Member State con-cerned this may be for example a consortium or a temporary association) or

3 the signature by all the partners of a ldquopower of attorneyrdquo (group leader or

group manager) based on the models used in the Commission which pro-vide for a form of cooperation The model can be found at the following address httpeceuropaeudgsinformaticsprocurementuseful_documentsindex_enhtm

372 Sub-contracting

Certain tasks to be carried out under the Specific Contract(s) may be entrusted to sub-contractors provided the Commission has approved of the sub-contracting in line with the provisions on sub-contracting as laid down in the Framework Con-tract and respective Specific Contract(s)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 6: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 6 of 24

35 Places of performance and delivery

The Support Contractor is expected to perform the requested A-Services and B-Services at the Support Contractors place of activity (performing as extra muros)

However where necessary the Support Contractor may be asked to perform certain B-Services in Commission premises in Brussels (performance as intra muros)

The type and quantity of B-Services to be performed as intra muros will be agreed on case-by-case When performing as intra muros the Support Contractors personnel will use only the standard software packages used by the Commission No other software may be installed or used without the written authorisation of the Commission

The results of the A-Services and B-Services shall be delivered to the Commission prem-ises in Brussels unless otherwise agreed

The Support Contractor is supposed to work mainly in his own premises Part of the Sup-port Contractors team may be asked to work inside Commission premises for a limited pe-riod of time where necessary for the execution of the services and strictly in line with the Commission administrative rules on external personal working in Commission premises

Moreover the Support Contractor is expected to attend meetings in Brussels in Commis-sion premises very frequently

Finally the Support Contractor may be requested to travel to Member States sites or IT central system sites in France Austria Luxembourg or any other place Travel expenses related to missions from and to places other than Brussels and the Support Contractors place of business will be reimbursed as set forth by the provisions of the framework con-tract

36 Security clearance upon delivery

For the execution of strictly security related A-services or B-services a security clearance of the respective Support Contractor staff member may be requested Whether a security clearance is necessary is likely to be known at the moment of the request for the service only Tenderers are requested to fill in and submit the personnel identification and security forms for each staff member (see Tender Specifications Part 1 ndash Tender guide and admin-istrative instructions (annexes) annex 7)

37 Cooperation between economic operators joint tender and sub-contracting

Tenderers can consider co-operation with others and participate in this call for tender by means of a joint tender (consortium) sub-contracting or a combination of it

Any tender from cooperating economic operators must indicate clearly whether each op-erator involved in the tender is acting as a partner in a joint tender or as a sub-contractor

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 7 of 24

371 Joint tenders

Joint tenders submitted by several economic operators (a consortium) are allowed Economic operators in a joint tender assume joint and several liabilities towards the European Commission for the performance of the contract as a whole Please note that statements such as for instance

bull one of the partners of the joint tender will be responsible for part of the contract and another one for the rest or

bull more than one contract should be signed if the joint tender is successful are not compatible with the principle of joint and several liability Any such state-ment in the joint tender will lead to the exclusion of the tender from the tender procedure on the grounds that the joint tender does not comply with the tendering specifications Joint tenders will be assessed as follows

1 the exclusion criteria will be assessed in relation to each company indi-vidually

2 the selection criteria for technical professional economic and financial ca-

pacity and the evaluation criteria will be assessed in relation to the tender-ing group as a whole

If an economic operator intends to tender with a partner and has already set up a consortium or a similar entity to that end the operator shall mention this fact in his offer together with any other relevant information in this connection In case a joint tender is selected for award the Commission will require the con-sortium to give it a formal status before the contract is signed The formal status can take the form of

1 an entity with legal personality recognised by a Member State or 2 an entity without legal personality but offering sufficient protection of the

Commissionrsquos contractual interests (depending on the Member State con-cerned this may be for example a consortium or a temporary association) or

3 the signature by all the partners of a ldquopower of attorneyrdquo (group leader or

group manager) based on the models used in the Commission which pro-vide for a form of cooperation The model can be found at the following address httpeceuropaeudgsinformaticsprocurementuseful_documentsindex_enhtm

372 Sub-contracting

Certain tasks to be carried out under the Specific Contract(s) may be entrusted to sub-contractors provided the Commission has approved of the sub-contracting in line with the provisions on sub-contracting as laid down in the Framework Con-tract and respective Specific Contract(s)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 7: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 7 of 24

371 Joint tenders

Joint tenders submitted by several economic operators (a consortium) are allowed Economic operators in a joint tender assume joint and several liabilities towards the European Commission for the performance of the contract as a whole Please note that statements such as for instance

bull one of the partners of the joint tender will be responsible for part of the contract and another one for the rest or

bull more than one contract should be signed if the joint tender is successful are not compatible with the principle of joint and several liability Any such state-ment in the joint tender will lead to the exclusion of the tender from the tender procedure on the grounds that the joint tender does not comply with the tendering specifications Joint tenders will be assessed as follows

1 the exclusion criteria will be assessed in relation to each company indi-vidually

2 the selection criteria for technical professional economic and financial ca-

pacity and the evaluation criteria will be assessed in relation to the tender-ing group as a whole

If an economic operator intends to tender with a partner and has already set up a consortium or a similar entity to that end the operator shall mention this fact in his offer together with any other relevant information in this connection In case a joint tender is selected for award the Commission will require the con-sortium to give it a formal status before the contract is signed The formal status can take the form of

1 an entity with legal personality recognised by a Member State or 2 an entity without legal personality but offering sufficient protection of the

Commissionrsquos contractual interests (depending on the Member State con-cerned this may be for example a consortium or a temporary association) or

3 the signature by all the partners of a ldquopower of attorneyrdquo (group leader or

group manager) based on the models used in the Commission which pro-vide for a form of cooperation The model can be found at the following address httpeceuropaeudgsinformaticsprocurementuseful_documentsindex_enhtm

372 Sub-contracting

Certain tasks to be carried out under the Specific Contract(s) may be entrusted to sub-contractors provided the Commission has approved of the sub-contracting in line with the provisions on sub-contracting as laid down in the Framework Con-tract and respective Specific Contract(s)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 8: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 8 of 24

Tenderers may submit a tender that provides for certain services to be carried out by sub-contractor(s) However at any moment of the contract execution the suc-cessful tenderer to which the Framework Contract is awarded the Support Contrac-tor may propose sub-contracting of certain tasks under the Specific Contract(s) re-gardless to whether his tender provided for sub-contracting Please note that the execution of certain services via sub-contracting is always subject to the Commis-sions approval without any rights of the Support Contractor thereto and as laid down in the Framework Contract and the respective Specific Contract(s) It is understood that in case of sub-contracting the Support Contractor retains full liability towards the European Commission for performance of the contract as a whole Therefore the Commission will treat all contractual matters (eg payment) exclusively and solely with the Support Contractor main contractor whether or not a specific task was performed by a sub-contractor Moreover if a subcontracting arrangement is entered into the Support Contractor assumes responsibility for the work delivered by its subcontractor(s) and shall continue to be fully accountable towards the Commission in relation to the performance of the present Contract Therefore under no circumstances can the Support Contractor avoid liability to-wards the Commission on the grounds that the subcontractor is at fault During the execution of the assignment the contractor needs the Commissionrsquos prior written authorisation to replace a sub-contractor for which sub-contracting was not envisaged in the original offer If the tender proposal provides for sub-contracting the tender must provide all in-formation on sub-contracting as requested in the annexes and questionnaires to be attached to the tender (Tender Specifications Part 1 ndash Tender guide and adminis-trative instructions (annexes)) Tenders that provide for sub-contracting will be assessed as follows

1 The exclusion criteria will be assessed in relation to the tenderer and each proposed subcontractor

2 The selection criteria will be assessed in relation to the tenderer

3 The evaluation criteria will be assessed in relation to the tender

38 Language and communication between parties

The spoken and written language of all communications between the Commission the Main Development Contractors and the Support Contractor during the execution of any project will be English

Therefore the Support Contractor must deliver all deliverables reports draft and other documents in English unless otherwise agreed Meetings will be conducted in English

Given that the language used in IT projects is English the technical part of the tender shall be in English

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 9: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 9 of 24

39 Absence of conflict of interests

With reference to Article 94 of the Financial Regulation the Commission cannot award a contract to tenderers who during the procurement procedure are subject to a conflict of in-terest The Commission must ensure that no tenderer has direct or indirect interests whose nature or scale are such that they compromise his independent status with regard to the European Communities during the performance of the tasks described in the tender docu-ments Therefore tenderers are requested to state whether their employees or shareholders include former EU civil servants temporary agents and contract agents who no longer work for the European Communities EU civil servants who have taken leave auxiliary staff or persons who worked as seconded national experts or trainees for the European Communities during the year preceding the invitation to tender They are also required to inform the Commission of any situation which could lead to a conflict of interests The Commission reserves the right to decide whether such a conflict does indeed exist

The rules on absence of conflict of interests apply also to sub-contractors

310 Opening of tenders

An Opening Committee will open all offers on the date at the time and place indicated un-der item 84 (How to submit a tender)

Each tenderer may send one representative to the opening session For organizational rea-sons the name of the representative must be communicated by email to the contact point (see item 313) no later than two working days before the opening session failing which the Commission reserves the right to refuse to admit the tenders representative to the opening session

The agenda of the opening session will be as follows

bull Verification that each tender has been submitted correctly and on time bull Announcement of the tenders The names announced will be those of the

companies having sent or deposited offers as they appear on the envelopes receipts andor routing slips

The tenderersrsquo representatives will be required to sign an attendance sheet but will not re-ceive any minutes of the session

311 Contact Point and questions

The only Contact Point during the period for submission of tender is

European Commission DG JLS Unit B3 Contract and Procurement Office LX 46 561 BE-1049 Brussels Fax (32-2) 298 09 15 Email JLS-B3-CPOeceuropaeu

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 10: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 10 of 24

Any question a tenderer may have can be submitted to the Contact Point by e-mail fax or letter

Commission services will deal with questions in two phases The phases are as follows

bull From 15 November 2007 until 30 November 2007 (Question Phase 1)

bull From 1 December 2007 until 12 December 2007 (Question Phase 2)

bull All questions that have been received by the Contact Point during a question phase will not be answered until that question phase has expired The Commis-sion will answer all questions of each phase in writing and at the same time The answers will be sent to all tenderers simultaneously

The Commission will not answer any question that has been received by the Contract Point after 12 December 2007

4 EVALUATION PROCEDURE

The evaluation of the tenders will take place as follows

(1) Application of the exclusion criteria (Article 93 and 94 of the Fi-nancial Regulation)

(2) Application of the selection criteria

(3) Application of the award criteria

Tenders that do not match all mandatory selection criteria will not be evaluated further Tenders that do reach the double threshold of the technical evaluation criteria (see item 737) will not be evaluated further ie only those tender offers that pass this threshold will progress to financial evaluation

5 EXCLUSION CRITERIA

In line with Article 93 of the Financial Regulation governing this call for tender tenderers have to be excluded from the participation in procurement procedure if

1 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 legis-lation or regulations

2 they have been convicted of an offence concerning their professional conduct by a judgment which has the force of res judicata

3 they have been guilty of grave professional misconduct proven by any means which the contracting authority can justify

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 11: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 11 of 24

4 they have not fulfilled obligations relating to the payment of social security contri-butions 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 contract-ing authority or those of the country where the contract is to be performed

5 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 activ-ity detrimental to the Communities financial interests

6 they are currently subject to an administrative penalty referred to in Article 96(1) of the Financial Regulation

In line with Article 94 of the Financial Regulation governing this call for tender the contract shall not be awarded to candidates or tenderers who during the procurement procedure for this contract

(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 procurement procedure or fail to supply this information

(c) find themselves in one of the situations of exclusion referred to in Article 93(1) for this procurement procedure

6 SELECTION CRITERIA

61 Financial and economic capacity

The financial and economic capacity of each tenderer will be evaluated on the basis of the following criteria

(1) Economic activity of the tenderer relating to the services to be purchased and the relevance of the tenderers business activities in type and volume

(2) The tenderers balance sheets and results for the past three financial years

(3) The tenderers interim accounts for the quarter preceding that in which the call for tender was published

(4) The turnover over the past three years with regard to the services to be purchased The annual turnover over the past three years related to the services to be pur-chased must be at least 10000000 EUR per year

(5) Professional risk indemnity insurance of the tenderer

62 Technical and professional capacity

The technical and professional capacity will be evaluated on the basis of the following cri-teria

(1) Projects the tenderer has completed in the area of the services to be purchased es-pecially those carried out in an international environment with English as the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 12: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 12 of 24

working language Reference projects must be of at least 4 different clients The tenderer must indicate two contact points (name e-mail telephone number) per reference project

(2) The number of staff per profile with relevant skills and experience and their avail-ability for the projects indicated in the Technical Specifications

(3) The tenderers human resources policy as regards the suitability of its personnel in-cluding procedures in place for replacement of personnel and measures to keep in-formation confidential

(4) The tenderers number of staff who have security vetting up to and including EU Secret level issued by national authorities

(5) The tendersacute proven knowledge of and experience with

a) IT project management b) Risk management c) Quality assurance (service organisation quality plan practice in the area of the

project and audit of IT systems) d) Reviewing IT proposals and architectures on large-scale IT-systems e) IT-security (PKI network security protection profileshellip) f) Business continuity systems g) End-usersacute training documentation and procedures h) Acceptance and testing of IT-systems i) Deployment of trans-national IT systems j) Change management k) Elaboration of IT service level agreements l) Biometrics m) Chip technology (smart cards RFID chips readershellip) n) Design and development of IT-systems Proven knowledge of and experience with all activities areas mentioned under items a) ndash n) is mandatory Tenderers who cannot provide evidence regarding all activities will be excluded and their offers will not be evaluated

7 AWARD CRITERIA

71 Best-Value-for-Money Procedure

With reference to Article 97 (2) of the Council Regulation (EC Euratom) No 19952006 of 13 December 2006 on the Financial Regulation applicable to the general budget of the European Communities the framework contract shall be awarded under the best-value-for-money procedure

The tender offer offering the best value for money shall be the best price-quality ratio tak-ing into account criteria justified by the subject of the respective framework contract and being understood to mean the best balance between technical quality and price consistent with the assurance of the proper execution of the framework contract

72 Final score

The maximum final score a tender offer can reach are 100 points The quality (technical evaluation) price (financial evaluation) ratio is 50 50 Thus a maximum of 50 of the

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 13: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 13 of 24

final score of 100 points can be reached during the technical evaluation whereas a maxi-mum of 50 of the final score of 100 points can be awarded during the financial evalua-tion

As regards the scoring to be applied during the technical evaluation the following has to be understood Five technical evaluation criteria each of which has several sub-criteria will be applied to all tender offers Each sub-criterion will be evaluated individually A mark that ranges between 0 and 100 will be awarded to each sub-criterion The individual marks given will be weighted as described below The final points to be awarded for the technical part of the tender offer (maximum 50 points) will be calculated following the weighting of the marks given for sub-criteria

73 Technical offer

731 Technical evaluation criteria

Each tender will be evaluated on the following technical evaluation criteria

bull Overall project management bull Project management approach regarding A-Services bull Performance of A-Services bull Staffing and team organisation to perform A-Services bull Management and performance of B-Services bull Structure coherence and clarity of the tender offer

732 Overall project management

Under this item it will be evaluated how the tenderer intends to coordinate his project team in accordance with the requirements and the profiles

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Matching of proposed project man-ager and deputy project manager with profiles and requirements as laid down in the specifications

0 ndash 100 300

Overall project management ap-proach

0 ndash 100 200

Total 500

Minimum points to be reached 300

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 14: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 14 of 24

733 Project Management regarding A-Services

Under this item it will be evaluated how in general the tenderer proposes to man-age the different tasks necessary for the performance of A-Services to achieve the expected quality of the Main Development Contractor Moreover it will be exam-ined how the tenderer evaluates and manages risks related to the project(s) Fur-thermore the Commission will scrutinize the tenderers proposed tools to be used and methods to be applied necessary for an efficient communication with the Commission (including planning attendance of meetings and ordering and accep-tance of A-Services) Finally the tenderers proposed security management and the availability of security cleared staff will be assessed

Project Management Mark Weighting in (= maxi-mum points to be awarded)

Communication towards Commission 0 ndash 100 300

Risk management 0 ndash 100 200

Quality management 0 ndash 100 200

Security management including the number of security cleared staff the tenderer provides for A-Services and B-Services

0 - 100 300

Total 1000

Minimum points to be reached 600

734 Performance of A-Services

Under this item it will be evaluated how the tenderer intends to perform the A-Services to reach the goal of the respective support deliverables

Performance of A-Services Mark Weighting in (= maximum points to be awarded)

Understanding of the objectives of the A-Services

0 ndash 100 200

Approach and justification of the es-timated effort to apply acceptance processes of the A-Services as de-scribed in the technical specifications

0 ndash 100 400

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 15: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 15 of 24

Approach to manage multiple simul-taneous assignments including or-ganisation of A-Services request and delivery workflow

0 ndash 100 200

Total 800

Minimum points to be reached 500

735 Staffing and Team Organisation to perform A-Services

Under this item the tendererrsquos proposed staffing and team organisation for the management and performance of the A-Services will be evaluated The tenderer has to describe for each project the roles and required profiles per role in the team The individual CVrsquos of the Support Contractorrsquos Project Team need to be included which will allow the Commission Services to assess the coherence between the proposed CVrsquos and the required profiles

Proposed team organisation Mark Weighting in (= maxi-mum points to be awarded)

Team structure and organisation 0 ndash 100 200

Proposed staff to carry out A-Services matches profiles and re-quirements as laid down in the specifications

0 ndash 100 700

Availability back-up staff for A-Services

0 - 100 200

Total 1100

Minimum points to be reached 600

736 Management and Performance of B-Services

Under this item it will be evaluated how the tenderer intends to manage and per-form the B-Services

Management and Performance ofB-Services

Mark Weighting in (= maximum points to be awarded)

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 16: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 16 of 24

Understanding of the objectives of part B and the way to handle requests for new assignments

0 ndash 100 400

Approach to manage multiple simulta-neous assignments including organisa-tion of B-Services request and delivery workflow

0 ndash 100 400

Capacity to adapt to changing work vol-umes and circumstances

0 ndash 100 400

Total 1200

Minimum points to be reached 700

737 Structure Clarity and Coherence of the Tender Offer

Under this item the tender will be assessed by application of the following sub-criteria

Structure clarity and coherence of the tender offer

Mark Weighting in (= maxi-mum points to be awarded)

Structure use of required structure 0 ndash 100 100

Clarity of the tender offer 0 ndash 100 100

Coherence of the tender offer 0 ndash 100 200

Total 400

Minimum points to be reached 200

738 Double threshold to proceed to financial evaluation

The score a tender must reach during the technical evaluation to proceed to finan-cial evaluation is (1) the minimum points as mentioned under 732-737 (2) minimum 30 total points for the technical proposal

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 17: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 17 of 24

74 Financial offer

The financial evaluation will be carried out on the basis of the total value composed of the price for A-Services and B-Services (= sum of Field 1 and of Field 2 as to be given in an-nex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))

The following ratio will be calculated for the financial evaluation

(Total budget value of acceptable tender with lowest financial offer) (sum of the price for A-Services and B-Services) = Price ratio of tender

This price ratio will be multiplied by 50 to reach the total number of points that will be awarded to each tender for the financial evaluation

8 SUBMISSION OF TENDERS

81 General conditions

The submission of a tender in response to a call for tender issued by the Commission en-tails

bull irrevocable agreement of the tenderer to participate in all evaluation procedures foreseen in this call for tender

bull in case the tendereracutes offer will be retained acceptance of the Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

bull irrevocable agreement of the tenderer that at the date of the entering into force of the Contract the tenderer engages the Programme Manager the deputy Programme Manager and the Programme Security Manager as proposed in his tender

bull acceptance by the tenderer of the general terms and conditions stipulated in the call for tender including the tender procedures

bull waiver of the tendererrsquos own standard terms and conditions

Without prejudice to the overall subject of the Contract and its legal and administrative provisions Commission services reserve the right to adjust the Contract as necessary in light of the BMS technical solution required and any future Council decisions to be taken into account in the implementation of a large-scale IT system that must fulfil political ob-jectives

The tenderer shall be bound by the tender for a period of nine months from the final date for receipt of tenders

82 Tender structure

The tender must be structured in the following way

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 18: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 18 of 24

Covering letter

Part 1 Executive Summary

Part 2 Administrative Information

Part 3 Information on the exclusion and selection criteria

Part 4 Technical Proposal

Part 5 Financial Proposal

83 Tender contents

The tender contents shall be as follows

Covering letter

The letter must contain a statement that

o the tenderer accepts the general terms and conditions stipulated in this call for tender including the tender procedures

o the tenderer waives his own standard terms and conditions

o the tenderer irrevocably agrees to participate in all evaluation proce-dures foreseen in this call for tender

o in case the tendereracutes offer will be retained the tenderer accepts the Framework Contract under the terms and conditions as set out in Part 4 of the Tender Specifications

o at the date of the entering into force of the Framework Contract the tenderer engages the Programme Manager and the Deputy Programme Manager as proposed in his tender

The covering letter must be signed by the person(s) empowered to represent the ten-derer and entitled to sign the contract if the tender is selected

In case the covering letter does not include all of the above required statements the respective tender will not be evaluated and will be excluded from the tender proce-dure

Part 1 Executive Summary

A summary of the proposal must be provided (max 5 pages) It must highlight the most important features of the proposal and provide a brief description of the ap-proach and planning with regard to how the requirements of the project will be satis-fied and supported

Part 2 Administrative Information

In part 2 of his tender the tenderer must provide any administrative information rele-vant for this call for tender by means of filling in the relevant annexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instruc-tions (Annexes)) and where necessary attaching supporting documents

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 19: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 19 of 24

bull Questionnaire on tenderer details (see annex 1 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) this questionnaire shall be filled in by each economic opera-tor (company etc) being a part the consortium

bull Legal identity form (see annex 2 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) The relevant legal entity must be duly filled in and signed by the legal representative of the tenderer In case of a joint tender (consortium) this questionnaire shall be filled in by each economic operator (company etc)

bull The electronic version of the legal identity form is available at this address httpeuropaeuintcommbudgetexecutionlegal_entities_enhtm

bull Declaration on absence of a conflict of interests (see annex 3 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) This declaration states that the tenderer is not in situation of a conflict of inter-ests referred to in Article 94 of the Financial Regulation governing this call for tender has to be given by each member of the tenderers tender team In case of a joint tender (consortium) andor sub-contracting this questionnaire shall be filled in by each economic operator (consortium member sub-contractor)

bull Curriculum vitae of managerial staff (see annex 4 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One question-naire shall be filled in per member of managerial staff of the tenderer it being understood that managerial staff means any high ranking member of the tenderer (and if any consortium partner and sub-contractor) entitled to take strategic andor financial decisions as to the projects heshe is responsible for and the company heshe is working for

bull Questionnaire on sub-contracting (see annex 5 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) One questionnaire shall be filled in per member of managerial staff of the tenderer it being under-stood that managerial staff means any high ranking member

Part 3 Information on the exclusion and selection criteria

In part 3 of his tender the tenderer must provide any information on the exclusion and selection criteria relevant for this call for tender by means of filling in the relevant an-nexes attached to this document (Tender Specifications Part 1 ndash Tender guide and administrative instructions (Annexes)) and attaching supporting documents

bull Declaration on the absence of exclusion criteria (see annex 6 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) In case of a joint tender (consortium) to be filled in by each tendering company (also in case of a consortium) and by each sub-contractor if any

bull Questionnaire on economic financial technical and professional capacity (see annex 7 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) and supporting documents to be filled in by the tender-ing company or in case of a consortium by the consortium as a whole Please note that if the answer to a mandatory question mentioned in this questionnaire is no the tender will not be evaluated further and will be excluded from the call for tender procedure

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 20: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 20 of 24

bull Tenderers must submit any useful documents that support the information on their economic financial technical and professional capacity the questionnaire is referring to

bull Tenderers must use the project reference form (see annex 8 of Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes)) when re-ferring to projects they have carried out or contributed to in the past

Part 4 Technical offer

The tender must provide all information and necessary documentation that give evi-dence on how the technical evaluation criteria set out under item 73 and laid down in Part 2 ndash Technical Specifications are met

For each staff member the tenderer intends to assign tasks related to A- and B-Services in case his tender is selected a personnel identification and security clear-ance form (see template in annex 9 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) must be filled in

Moreover the tender must include a ldquocorrespondence tablerdquo that assigns the profiles of Tender Specifications Part 3 ndash Profiles for IT personnel to the titles and grades used by the tenderer internally

This document gives a description of the profiles and requirements for IT service per-sonnel where referred to in the technical specifications

Where the A-Services as described in the technical specifications make reference to one or more profiles laid down in this document tenderers must submit a proposal that meets the required IT profile(s) However when submitting their offer for A-Services tenderers are free to add on more profiles in quality andor quantity provided the minimum requirements as defined in the technical specifications are met When adding on extra profiles tenderers may offer profiles as defined in this document or propose any other profile they consider fit to carry out the service

B-Services will be ordered per specific contract on the basis of the profiles laid down in this document and the financial sheet for B-Services as submitted in the successful tenders financial offer

Part 5 Financial offer

In part 5 of his tender the tenderer must provide any information on the financial part of the tender as requested in annexes attached to this document (Tender Specifica-tions Part 1 ndash Tender guide and administrative instructions (Annexes))

bull Financial sheet The tenderer must state a price for each and every item on part 1 and 2 of the financial sheet (see annex 10 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes)) Prices must be given in Euro without VAT

bull Per A-Service listed in the financial sheet the tenderer must provide one fixed price including all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provi-

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 21: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 21 of 24

sion of the service The fixed price has to include all travel expenses for travel-ling from the tenderers place of business to Brussels and from Brussels to the tenderers place of business The prices for the A-Services are not subject to price indexation Please note that tenderers have to take into account the risk of multiple assessment of a Main Development Contractor deliverable depending on the performance of the Main Development Contractor the deliverable sub-mitted to the Commission for acceptance and submitted to the Support Contrac-tor for scrutiny before acceptance by the Commission may be acceptable already after first scrutiny or after several scrutiny rounds only Given that the prices for A-Services are fixed the tenderers have to calculate this risk when submitting a price for the A-Services

bull For all B-Services the tenderer must provide the daily rate per profile as stated in the financial sheet The prices for the B-Services are fixed prices and thus in-clude all fees and project related costs (project management quality control back-up resources etc) directly or indirectly connected with the provision of the service The daily rates are fixed and include all travel expenses for travelling from the tenderers place of business to Brussels and from Brussels to the ten-derers place of business The daily rates are not subject to price indexation The tenderer is requested to specify extra and intra muros prices for the profiles where marked in the financial sheet

bull Please note that tenders must indicate prices for all services Tenders that do not provide prices for all A-Services and B-Services in the financial sheet will be excluded from the tender procedure on ground that the tender does not comply with the tendering specifications

bull Financial identification form The tenderer must submit the financial identifica-tion form (see annex 11 of the Tender Specifications Part 1 ndash Tender guide and administrative instructions (annexes))available at the following address

httpeceuropaeubudgetexecutionftiers_enhtm

bull duly filled in signed by the legal representative and signed and stamped by the bank in which the bank account is held In case of a joint tender (consortium) the financial identification form has to be filled in with regard to the consortium leader

84 How to submit a tender

The tender must be

bull perfectly legible in order to rule out any doubt whatsoever concerning the words or figures

bull drawn up in the format of the compulsory reply forms where reference is made to them (see annexes)

bull accompanied by a covering letter signed by the tenderer or his duly authorised agent

bull submitted as follows

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 22: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 22 of 24

(1) in paper form ie one original and one copy The original shall be bound and labelled ldquoOriginalrdquo The paper copy shall be bound and labelled ldquoCopy 1rdquo

Please note that the financial offer (Part 5 of the tender) is a separate document and therefore needs to be put into separate folders labelled ac-cordingly (Financial Offer Original Financial Offer Copy 1)

and

(2) in PDF or MS Office 2003 or compatible format on CD-ROM CD-ROM No 1 to be labelled CD ROM No 1 must contain all requested docu-ments and the tender except the financial part of the offer the second CD-ROM to be labelled CD-ROM No 2 must contain the financial part of the offer only

In case of any discrepancies between the paper version and CD-ROM version of the tender the contents of the original paper version shall prevail

bull submitted in a sealed envelope itself enclosed within a second sealed envelope

bull The outer envelope must read exactly as follows

European Commission DG Justice Freedom and Security Unit B3 Large-scale item systems Contract and Procurement LX 46 561 Call for tender JLS-B3-2007-05 BE-1049 Brussels

The inner envelope must read exactly as follows

ldquoInvitation to tender JLS-B3-2007-05 mdash not to be opened by the internal mail departmentrdquo

If self-adhesive envelopes are used they must be sealed with adhesive tape and the sender must sign across the tape

As transit via the Commissionrsquos Central Mail Office means that tenders may not reach the awarding departmentrsquos premises by the deadline all tenderers are kindly requested to e-mail the Commission (JLS-B3-CFTceceuint) stating the date and method of submis-sion used for their tender

Tender offers may be submitted in one of the following ways

(a) By mail through the post or a courier service posted not later than 10 January 2008 The date of dispatch the postmark or the date of the deposit slip will constitute evidence of submission by the tenderer by the due date Please ensure that the postmarkdate on the deposit slip is legible as respect of the deadline date must be proven

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 23: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 23 of 24

(b) By hand-delivery either by the tenderer itself or by an authorised representative In this case the tender must be deposited at the Commissionrsquos Central Mail Office (rue de GenegraveveGenegravevestraat 1 B-1140 Brussels Belgium) not later than 10 January 2008 1700 hours The Commissionrsquos Central Mail Officersquos internal records shall constitute evidence as to respect of the deadline for submission Delivery by hand to the awarding departmentrsquos premises will be refused

The tenderer should bear in mind that the Commissionrsquos Central Mail Office which will record the arrival of the tender or accept its delivery is open from 0700-1700 Monday to Thursday and from 0700-1600 on Friday It is closed on Saturdays Sundays and Commission holidays

Please note the important distinction between these two options for respecting the final date A tender sent by mail or courier service must be posted not later than the final date indicated above and may reach the Commission after this date following its processing by the postal or courier service A tender delivered directly to the Commission must be delivered not later than the date and time indicated above The tenderer must obtain a dated and signed receipt

Under no circumstances will late tenders be taken into consideration

Opening of the tenders is planned to take place on 15 January 2008 at 1100 am at European Commission Directorate-General Justice Freedom and Security 46 Rue du Luxembourg Fortescue Room 1040 Brussels Belgium

9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS

Contact between the Commission and tenderers during the contract award procedure may take place by way of exception and in principle only before the closing date for the submission of tenders The Commission may (a) At the instance of tenderers communicate additional information solely for the pur-pose of clarifying the nature of the contract such information to be communicated on the same date to all tenderers who have asked for the specifications (eg by question rounds) (b) at its own instance if it discovers an error a lack of precision an omission or any other type of clerical defect in the text of the contract notice invitation to tender or specifica-tions inform the persons concerned on the same date and in a manner identical with that ap-plicable in respect of the original invitation to tender If after the tenders have been opened some clarification is required in connection with a ten-der or if obvious clerical errors in the tender must be corrected the Commission may contact the tenderer although such contact may not lead to any alteration of the terms of the tender The results of the tender procedure will be notified as follows As soon as the competent awarding officer has signed the award decision a notification letter will be sent simultane-ously to all tenderers Letters to unsuccessful tenderers will state the grounds on which the decision was taken Please note that the dispatch of the letter to the successful tenderer does not constitute the award of the contract This will not be completed until the contract has been signed by the successful tenderer and the European Commission

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS
Page 24: Call for Tender - European Commission...Call for Tender JLS-B3-2007-05, Tender Specifications Part 1: Tender guide and administrative instructions 071116 EUROPEAN COMMISSION DIRECTORATE-GENERAL

Call for Tender JLS-B3-2007-05 Tender Specifications Part 1 Tender guide and administrative instructions Page 24 of 24

The Commission undertakes not to sign the contract until a period of at least two calendar weeks has elapsed following the dispatch of the notification letters Once the contract has been signed the Commission will publish an award notice in the Offi-cial Journal of the European Union summarising the results of the call for tenders

  • Call for Tender
  • (Article 91 (1) (a) Financial Regulation Article 122 (2) first paragraph Implementation Rules)
  • JLS-B3-2007-05
  • ldquoQuality Assurancerdquo
  • Tender Specifications
  • 1 SUMMARY
  • 2 SUBJECT OF THE CALL FOR TENDER
  • 3 ADDITIONAL INFORMATION ABOUT THE CALL FOR TENDER
    • 31 Terminology
    • 32 No obligation to award
    • 33 Award of the contract
    • 34 Duration of the contract
    • 35 Places of performance and delivery
    • 36 Security clearance upon delivery
    • 37 Cooperation between economic operators joint tender and sub-contracting
      • 371 Joint tenders
      • 372 Sub-contracting
        • 38 Language and communication between parties
        • 39 Absence of conflict of interests
        • 310 Opening of tenders
        • 311 Contact Point and questions
          • 4 EVALUATION PROCEDURE
          • 5 EXCLUSION CRITERIA
          • 6 SELECTION CRITERIA
            • 61 Financial and economic capacity
            • 62 Technical and professional capacity
              • 7 AWARD CRITERIA
                • 71 Best-Value-for-Money Procedure
                • 72 Final score
                • 73 Technical offer
                  • 731 Technical evaluation criteria
                  • 732 Overall project management
                  • 733 Project Management regarding A-Services
                  • 734 Performance of A-Services
                  • 735 Staffing and Team Organisation to perform A-Services
                  • 736 Management and Performance of B-Services
                  • 737 Structure Clarity and Coherence of the Tender Offer
                  • 738 Double threshold to proceed to financial evaluation
                    • 74 Financial offer
                      • 8 SUBMISSION OF TENDERS
                        • 81 General conditions
                        • 82 Tender structure
                        • 83 Tender contents
                        • 84 How to submit a tender
                          • 9 CLARIFYING TENDERS CONTACTS AND NOTIFICATION OF RESULTS