ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support

ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support

CPV: 48218000 Paquetes de software de gestión de licencias
Lugar de ejecución:
ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support
Organismo adjudicador:
European Commission, DG EMPL - Employment, Social Affairs and Inclusion
Número de premio:
EMPL/2023/NP/0017

1. Buyer

1.1 Buyer

Official name : European Commission, DG EMPL - Employment, Social Affairs and Inclusion
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support
Description : ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support
Procedure identifier : 586c51c9-92d7-4b9b-a64d-34fe387dca64
Internal identifier : EMPL/2023/NP/0017
Type of procedure : Negotiated without prior call for competition
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48218000 License management software package

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Euro

2.1.4 General information

Legal basis :
Regulation (EU, Euratom) 2018/1046

5. Lot

5.1 Lot technical ID : LOT-0001

Title : ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support
Description : ARACHNE Risk-scoring IT tool - Purchase of Licences, Maintenance and Support
Internal identifier : EMPL/2023/NP/0017

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48218000 License management software package

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

The buyer reserves the right for additional purchases from the contractor, as described here : The framework contract is concluded for an initial period of 12 (twelve) months, renewable 3 (three) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Euro

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Within 2 months of the notification of the award decision, an appeal may be lodged to the review body in Section VI.4.1. You may submit any observations concerning the award procedure to the contracting authority indicated in Section I.1. If you believe that there was maladministration, you may lodge a complaint to the European Ombudsman within two years of the date when you became aware of the facts on which the complaint is based. Such complaint does not have as an effect either to suspend the time-limit to launch an appeal or to open a new period for lodging an appeal.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Description of the method to be used if weighting cannot be expressed by criteria : Please consult the procurement documents.
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 signing the contract : European Commission, DG EMPL - Employment, Social Affairs and Inclusion
TED eSender : European Commission

6. Results

Maximum value of the framework agreements in this procedure : 10 000 000 Euro
Direct award :
Justification for direct award : The contract can be provided only by a particular economic operator because of an absence of competition for technical reasons
Other justification : Ref. Financial Regulation 2018 Annex I.11(b)(ii)(iii): services can only be provided by a single economic operator as competition is absent for technical reasons, and the protection of exclusive rights, including intellectual property rights, must be ensured.

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 10 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : VADIS TECHNOLOGIES
Tender :
Tender identifier : VADIS TECHNOLOGIES
Identifier of lot or group of lots : LOT-0001
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : VC/2024/0189
Date on which the winner was chosen : 10/06/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : European Commission, DG EMPL - Employment, Social Affairs and Inclusion

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : European Commission, DG EMPL - Employment, Social Affairs and Inclusion
Registration number : COM
Postal address : 46 Rue du Commerce (C-046)
Town : Brussels
Postcode : B-1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer
Organisation signing the contract

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 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

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

8.1 ORG-0004

Official name : VADIS TECHNOLOGIES
Registration number : BE0688516787
Postal address : AVENUE DE TERVUEREN 270
Town : BRUSSELS
Postcode : 1150
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( BEZZZ )
Country : Belgium
Telephone : +32 2 761 92 70
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

11. Notice information

11.1 Notice information

Notice identifier/version : d22159d6-8e9e-4a27-9eda-87d14bc764f8 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 21/08/2024 16:57 +02:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00506285-2024
OJ S issue number : 164/2024
Publication date : 23/08/2024