External Provision of IT Services

This framework contract covers the provision of services for the integration, customization, design, maintenance, evaluation and quality control of software and hardware products in the corporate domain, such as business process automation and any other domain where such a software or hardware product (commercial off-the-shelf or open source market solutions) …

CPV: 72000000 IT services: consulting, software development, Internet and support
Deadline:
Aug. 28, 2025, 4 p.m.
Deadline type:
Submitting a bid
Place of execution:
External Provision of IT Services
Awarding body:
European Parliament, ITEC - Directorate-General for Innovation and Technological Support
Award number:
EP-ITEC/LUX/2025/OP/0004

1. Buyer

1.1 Buyer

Official name : European Parliament, ITEC - Directorate-General for Innovation and Technological Support
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Court of Justice of the European Union
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Court of Auditors
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : OMBUDSMAN - European Ombudsman
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : The General Secretariat of the Council of the European Union
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Union Drugs Agency
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Committee of the Regions of the European Union
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

1.1 Buyer

Official name : European Economic and Social Committee
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : External Provision of IT Services
Description : This framework contract covers the provision of services for the integration, customization, design, maintenance, evaluation and quality control of software and hardware products in the corporate domain, such as business process automation and any other domain where such a software or hardware product (commercial off-the-shelf or open source market solutions) may bring added-value and/or productivity improvements. This covers products and services that could be operated either on premises (data centers, end-user equipment, etc.) or in the cloud or in hybrid cloud/on premise configurations.
Procedure identifier : 83ec1297-23c7-46b3-8264-ea86447d4aea
Internal identifier : EP-ITEC/LUX/2025/OP/0004
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

2.1.4 General information

Additional information : In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2024/2509

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Enterprise Architecture and Business Analysis
Description : The framework contract for Lot 1 covers the provision of services for the performance of Business Process Analysis, the support of the Enterprise Architecture practice and the performance of the evolution, maintenance and support of the Enterprise Architecture tool.
Internal identifier : EP-ITEC/LUX/2025/OP/0004-LOT-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Quality
Criterion :
Type : Price
Description of the method to be used if weighting cannot be expressed by criteria : Please consult the procurement documents.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 28/08/2025 16:00 +02:00
Deadline until which the tender must remain valid : 9 Month
Information about public opening :
Opening date : 01/09/2025 10:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Parliament, ITEC - Directorate-General for Innovation and Technological Support

5.1 Lot technical ID : LOT-0002

Title : COTS Business Software Selection and Acquisition
Description : The framework contract for Lot 2 covers the provision of services for the project management in the domain of Commercial-Off-The-Shelf (COTS) software selection and adoption, the Business and COTS software requirements analysis and its architecture assessment and the technical consultancy in the domain of it
Internal identifier : EP-ITEC/LUX/2025/OP/0004-LOT-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Quality
Criterion :
Type : Price
Description of the method to be used if weighting cannot be expressed by criteria : Please consult the procurement documents.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 28/08/2025 16:00 +02:00
Deadline until which the tender must remain valid : 9 Month
Information about public opening :
Opening date : 01/09/2025 10:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Parliament, ITEC - Directorate-General for Innovation and Technological Support

5.1 Lot technical ID : LOT-0003

Title : Project Management Office
Description : The framework contract for Lot 3 covers the provision of services for the performance of the IT Portfolio Management, the support of the set up and the evolution of PPM tool(s), designing methods, collecting and diffusing best practices among practitioners, methodological project support and coaching, performing quality assurance, compliance control, and audit and Performing IT Project and Programme Management.
Internal identifier : EP-ITEC/LUX/2025/OP/0004-LOT-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Quality
Criterion :
Type : Price
Description of the method to be used if weighting cannot be expressed by criteria : Please consult the procurement documents.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 28/08/2025 16:00 +02:00
Deadline until which the tender must remain valid : 9 Month
Information about public opening :
Opening date : 01/09/2025 10:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Parliament, ITEC - Directorate-General for Innovation and Technological Support

8. Organisations

8.1 ORG-0001

Official name : European Parliament, ITEC - Directorate-General for Innovation and Technological Support
Registration number : EP
Postal address : Plateau du Kirchberg
Town : Luxembourg
Postcode : L-2929
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 43001
Roles of this organisation :
Buyer
Group leader
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 43001
Internet address : http://curia.europa.eu
Roles of this organisation :
Buyer
Review organisation

8.1 ORG-0003

Official name : European Court of Auditors
Registration number : ECA
Postal address : rue Alcide De Gasperi 12
Town : Luxembourg
Postcode : L-1615
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 43001
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : OMBUDSMAN - European Ombudsman
Registration number : OMB
Postal address : CS 30403, 1 avenue du Président Robert Schuman
Town : Strasbourg
Postcode : F-67001
Country subdivision (NUTS) : Bas-Rhin ( FRF11 )
Country : France
Telephone : +352 43001
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : The General Secretariat of the Council of the European Union
Registration number : CONSIL
Postal address : Rue de la Loi / Wetstraat, 175
Town : Brussels
Postcode : B-1048
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +352 43001
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : European Union Drugs Agency
Registration number : EUDA
Postal address : Praça Europa 1, Cais do Sodré
Town : Lisbon
Postcode : P-1249-289
Country subdivision (NUTS) : Grande Lisboa ( PT1A0 )
Country : Portugal
Telephone : +352 43001
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Committee of the Regions of the European Union
Registration number : COR
Postal address : , Rue Belliard/Belliardstraat 101
Town : Brussels
Postcode : B-1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +352 43001
Internet address : https://cor.europa.eu/en
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : European Economic and Social Committee
Registration number : EESC
Postal address : , Rue Belliard/Belliardstraat 99
Town : Brussels
Postcode : B-1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +352 43001
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 130529c3-d54f-4cdd-a240-b5836d5799dd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2025 12:56 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00454302-2025
OJ S issue number : 131/2025
Publication date : 11/07/2025