Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Travel Agency Services for the European Delegation to Turkey and the ECHO Offices in Turkey
Reference number: EEAS-671-DELTURA-SER–FWC
II.1.2)Main CPV code63515000 Travel services
II.1.3)Type of contractServices
II.1.4)Short description:
Travel agency services for work-related travel, mainly in Turkey, in Europe but also other destinations.
II.1.5)Estimated total valueValue excluding VAT: 1 557 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
Staff going on mission is based in Ankara, Istanbul and Gaziantep. The missions will be mainly in Turkey, Europe and also other destinations.
II.2.4)Description of the procurement:
Refer to the procurement documents available at the address indicated in Section I.3).
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 1 557 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Refer to the procurement documents available at the address indicated in Section I.3).
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: yes
Identification of the project:
EU administrative appropriations.
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:
Refer to the procurement documents available at the address indicated in Section I.3).
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.2.1)Information about a particular professionExecution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Refer to the procurement documents available at the address indicated in Section I.3).
III.2.2)Contract performance conditions:
Refer to the procurement documents available at the address indicated in Section I.3).
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: 03/05/2019
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: 07/05/2019
Local time: 09:00
Place:
The opening of tenders will take place on 7.5.2019 at 9:00 Brussels time (UTC +1) and directly broadcasted to the EU Delegation in Ankara at 11:00 (UTC +3).
Information about authorised persons and opening procedure:
Refer to the procurement documents available at the address indicated in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
VI.3)Additional information:
The time-limit for receipt of tenders is indicated under heading IV.2.2 where local time shall be understood as local time in Brussels.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Refer to the procurement documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:13/03/2019