Dynamic Purchasing System (DPS) for the provision of IT services to ECHA

Through this dynamic procurement system (DPS), ECHA plans to acquire services related to the planning, consultation, management, operations, development and maintenance of various digital services and information systems. Services include: • Project management and integrator • Consulting and advisory • Application and software development and maintenance (analysis, design, implementation, integration, …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo
Lugar de ejecución:
Dynamic Purchasing System (DPS) for the provision of IT services to ECHA
Organismo adjudicador:
European Chemicals Agency (ECHA) in Helsinki
Número de premio:
ECHA/2024/DPS 01

1. Buyer

1.1 Buyer

Official name : European Chemicals Agency (ECHA) in Helsinki
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic Purchasing System (DPS) for the provision of IT services to ECHA
Description : Through this dynamic procurement system (DPS), ECHA plans to acquire services related to the planning, consultation, management, operations, development and maintenance of various digital services and information systems. Services include: • Project management and integrator • Consulting and advisory • Application and software development and maintenance (analysis, design, implementation, integration, migration) • Quality assurance and testing • Platform, technology, and infrastructure management and operations • Services related to Public Cloud • Service design, management, and governance • Security Operations Centre (SOC) and other Cyber security services • Artificial Intelligence The exact scope and requirements of each Contract will be determined at the level of the procurement documents of the respective mini-competitions.
Procedure identifier : 9c053a8a-c7ca-4a14-8f24-4d958195ba93
Internal identifier : ECHA/2024/DPS 01
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : A DPS consists of two phases, one to select a dynamic list of suppliers, based on relevant suitability/selection criteria, and a second that happens through mini-competitions amongst those suppliers for the actual contracts, when the Agency can still introduce specific technical requirements.

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 in the European Economic Area
Additional information : ECHA's and the Contractor's premises.

2.1.3 Value

Estimated value excluding VAT : 14 000 000 EUR

2.1.4 General information

Additional information : A DPS consists of two phases, one to select a dynamic list of suppliers, based on relevant suitability/selection criteria, and a second that happens through mini-competitions amongst those suppliers for the actual contracts, when the Agency can still introduce specific technical requirements.
Legal basis :
Directive 2014/24/EU
Regulation (EU, Euratom) 2018/1046 - This procedure is governed by the provisions of Regulation (EU, Euratom) 2018/1046 of the European Parliament and of the Council of 18 July 2018 on the financial rules applicable to the general budget of the Union. Please disregard the reference to the EU Public Procurement Directive.

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The economic operator can confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Dynamic Purchasing System (DPS) for the provision of IT services to ECHA
Description : Through this dynamic procurement system (DPS), ECHA plans to acquire services related to the planning, consultation, management, operations, development and maintenance of various digital services and information systems. Services include: • Project management and integrator • Consulting and advisory • Application and software development and maintenance (analysis, design, implementation, integration, migration) • Quality assurance and testing • Platform, technology, and infrastructure management and operations • Services related to Public Cloud • Service design, management, and governance • Security Operations Centre (SOC) and other Cyber security services • Artificial Intelligence The exact scope and requirements of each Contract will be determined at the level of the procurement documents of the respective mini-competitions.
Internal identifier : 718287

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 in the European Economic Area
Additional information : ECHA's and the Contractor's premises.

5.1.3 Estimated duration

Start date : 25/04/2024
Duration end date : 25/04/2028

5.1.5 Value

Estimated value excluding VAT : 14 000 000 EUR

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : A DPS consists of two phases, one to select a dynamic list of suppliers, based on relevant suitability/selection criteria, and a second that happens through mini-competitions amongst those suppliers for the actual contracts, when the Agency can still introduce specific technical requirements.

5.1.7 Strategic procurement

Social objective promoted : Fair working conditions

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Average yearly turnover
Description : Average yearly turnover of the last two (2) financial years above EUR 1.000.000.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The Applicant must prove capacity to deliver services similar and relevant in scope and complexity of this DPS
Description : The Applicant must prove its experience with relevant services in the context of this DPS by providing five (5) references covering any of the services of this DPS. All references shall have an invoiceable value of at least 100 000 €.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality of the technical proposal
Description : Quality of the technical proposal in mini-competitions
Criterion :
Type : Price
Name : Price of the contract
Description : Quotation submitted in a mini-competition

5.1.11 Procurement documents

Deadline for requesting additional information : 21/04/2028 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 25/04/2028 12:00 +00:00
Terms of contract :
Conditions relating to the performance of the contract : As per minimum requirements of the DPS.
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes
Information about review deadlines : Within two months of the notification of the decision concernin the application.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : General Court of the EU
Organisation providing additional information about the procurement procedure : European Chemicals Agency (ECHA) in Helsinki
Organisation providing more information on the review procedures : European Chemicals Agency (ECHA) in Helsinki
Organisation receiving requests to participate : European Chemicals Agency (ECHA) in Helsinki
Organisation processing tenders : European Chemicals Agency (ECHA) in Helsinki
TED eSender : Hansel Oy (Hilma)

8. Organisations

8.1 ORG-0001

Official name : European Chemicals Agency (ECHA) in Helsinki
Registration number : 2139942-8
Postal address : Telakkakatu 6-8
Town : Helsinki
Postcode : 00121
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Jaime Martin-Granizo Barrenechea
Telephone : +358 686180
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : General Court of the EU
Registration number : NA
Department : Registry of the Court
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : 2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Contact point : Registry of the Court
Telephone : (+352) 4303 1
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : 0988084-1
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : 8f45641a-c0be-47ed-8124-a3c727034d83-01
Main reason for change : Information now available
Description : The DPS Specifications are available now in Cloudia

11. Notice information

11.1 Notice information

Notice identifier/version : 73c81d22-8f40-4912-a61f-8cbc43360b63 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/04/2024 10:48 +00:00
Notice dispatch date (eSender) : 25/04/2024 10:48 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00250239-2024
OJ S issue number : 83/2024
Publication date : 26/04/2024