Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Border and Coast Guard Agency (FRONTEX)
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code:
PL PolskaPostal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euTelephone: +48 222059500
Fax: +48 222059501
Internet address(es): Main address:
www.frontex.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityPublic order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Psychological Services for FRONTEX
Reference number: Frontex/2022/OP/0062/KM
II.1.2)Main CPV code85121270 Psychiatrist or psychologist services
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of services related to the psychological screening of candidates and supplementary evaluations of the European Border and Coast Guard Standing Corps members category 1, as well as provision of additional psychological-related services for Standing Corps as well as other FRONTEX staff members according to FRONTEX business needs as described in Terms of reference.
II.1.5)Estimated total valueValue excluding VAT: 13 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Psychological Assessment of the European Border and Coast Guard SCs Candidates and Members
Lot No: 1
II.2.2)Additional CPV code(s)85121270 Psychiatrist or psychologist services
II.2.3)Place of performanceNUTS code: PL Polska
II.2.4)Description of the procurement:
Provision of services related to the psychological screening of candidates and supplementary evaluations of the European Border and Coast Guard Standing Corps members as described in the Terms of Reference.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 12 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The duration of the contract is 12 months with the possibility to prolong it maximum three times, each time for a period of 12 months and on the same conditions.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Additional Psychological Services for all FRONTEX Staff
Lot No: 2
II.2.2)Additional CPV code(s)85121270 Psychiatrist or psychologist services
II.2.3)Place of performanceNUTS code: PL Polska
II.2.4)Description of the procurement:
Provision of psychological-related services for Standing Corps as well as other FRONTEX staff members according to FRONTEX business needs as described in the Terms of Reference.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The duration of the contract is 12 months with the possibility to prolong it maximum three times, each time for a period of 12 months and on the same conditions.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
The tenderer is asked to prove that is authorised to perform the contract under the national law. Evidence required: a copy of an official document (company register, official gazette, etc.) confirming that the tenderer is already established as a recognised legal entity and is registered in a relevant professional or trade register.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 28/03/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)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
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 29/03/2022
Local time: 11:00
Place:
The tender opening session will take place on the date indicated in the Invitation to tender at the premises of FRONTEX, Plac Europejski 6, 00-844 Warsaw or via videoconference due to pandemic COVID-19 circumstances.
Information about authorised persons and opening procedure:
Tenderers wishing to attend the opening session shall send a confirmation e-mail to the Procurement Sector (procurement@frontex.europa.eu). A maximum of one representative per tenderer may attend the opening session. Their participation shall be restricted to an observer’s role.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.5)Date of dispatch of this notice:21/02/2022