We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Supplies - 133849-2017

11/04/2017    S71

Poland-Warsaw: Framework contract for the provision of reflective Frontex labelled vests

2017/S 071-133849

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Border and Coast Guard Agency — Frontex
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code: PL127 Miasto Warszawa
Postal code: 00-844
Country: Poland
Contact person: Frontex Procurement Team
E-mail: procurement@frontex.europa.eu
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2377
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2377
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Framework contract for the provision of reflective Frontex labelled vests.

Reference number: Frontex/OP/250/2016/AH.
II.1.2)Main CPV code
18100000 Occupational clothing, special workwear and accessories
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The tender is divided into 3 lots per type of vests:

lot 1 — standard vests;

lot 2 — special vests;

lot 3 — customised vests.

II.1.5)Estimated total value
Value excluding VAT: 403 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The tenderers submitting offers for lot 1 are also required to bid for lot 3.

II.2)Description
II.2.1)Title:

Standard vests

Lot No: 1
II.2.2)Additional CPV code(s)
18100000 Occupational clothing, special workwear and accessories
II.2.3)Place of performance
NUTS code: PL127 Miasto Warszawa
Main site or place of performance:

Frontex premises, Plac Europejski 6, 00-855 Warsaw, POLAND.

II.2.4)Description of the procurement:

Standard vests.

Description:

— the vest design shall be strictly compatible to the sample provided in Appendix 1 of the terms of reference,

— quality of the vests shall be compliant to the quality requirements as described in point 3.3.1 of the terms of reference,

— required sizes are small (S), medium (M), large (L), extra large (XL) or adjustable multi-sized level solution covering the span of sizes from S to XL,

— estimated yearly quantity per size:

S: 1 000;

M: 2 000;

L: 2 000;

XL: 1 000.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 100 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 24
This contract is subject to renewal: yes
Description of renewals:

After the initial duration of 2 years the framework contract shall be automatically renewed no more than once, for another period of 2 years and on the same conditions.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Frontex reserves the right to conduct exceptional negotiated procedure based on Article 134.1(e) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012 (RAP) to increase the ceiling, if such a need occurs.

II.2)Description
II.2.1)Title:

Special vests

Lot No: 2
II.2.2)Additional CPV code(s)
18100000 Occupational clothing, special workwear and accessories
II.2.3)Place of performance
NUTS code: PL127 Miasto Warszawa
Main site or place of performance:

Frontex premises, Plac Europejski 6, 00-844 Warsaw, POLAND.

II.2.4)Description of the procurement:

Special types of reflective vests.

Description:

— 10 different vest models, whose design shall strictly follow the samples provided in Appendix 2 of the terms of reference,

— quality of the products shall be compliant to the quality requirements as described in point 3.3.2 of the TOR,

— required sizes are adjustable multi-sized level solution covering the span of sizes from S to XL,

— estimated yearly quantity:

1st year: 5 500;

following years: 2 500.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

After the initial duration of 2 years the framework contract shall be automatically renewed no more than once, for a period of another 2 years and on the same conditions.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Frontex reserves the right to conduct exceptional negotiated procedure based on Article 134.1(e) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012 (RAP) to increase the ceiling, if such a need occurs.

II.2)Description
II.2.1)Title:

Customised vests

Lot No: 3
II.2.2)Additional CPV code(s)
18100000 Occupational clothing, special workwear and accessories
II.2.3)Place of performance
NUTS code: PL127 Miasto Warszawa
Main site or place of performance:

Frontex premises, Plac Europejski 6, 00-844 Warsaw, POLAND.

II.2.4)Description of the procurement:

Existing vests to be customised.

Description:

— existing vests available at Frontex to be customised by adding a print with the full agency name as specified in Appendix 3 to the terms of reference,

— quality shall be compliant to requirements in point 3.3.3 of the terms of reference,

— estimated total quantity: up to 1 800 units.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 3 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

After the initial duration of 2 years the framework contract shall be automatically renewed no more than once, for another period of 2 years and on the same conditions.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

A tenderer is asked to prove that they are authorised to perform the contract under the national law as evidenced by inclusion in a trade or professional register, or a sworn declaration or certificate, membership of a specific organisation, express authorisation or entry in the VAT register.

Evidence required:

The tenderer shall provide a duly filled in and signed legal entity form (see the link below) accompanied by the documents requested therein:

http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal-entities_en.cfm

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The tenderer shall provide evidence of its economic and financial capacity to perform the contract as follows:

The tenderer shall provide Frontex with a declaration of the company's total turnover from the past 2 years for which accounts have been closed (information shall be provided separately for each year).

For each closed financial year, this total turnover must be of at least:

— 200 000 EUR for lot 1,

— 600 000 EUR for lot 2.

Minimum level(s) of standards possibly required:

As above.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The tenderer‘s legal, technical and professional capacity will be evaluated using the following criteria:

the tenderer is asked to prove that it is authorised to perform the contract under its national law;

the tenderer must have at least 2 years’ experience in providing similar services;

the tenderer must demonstrate its technical ability to provide all the services and products required in this call for tenders.

Minimum level(s) of standards possibly required:

As above.

The following documents or information shall be presented as evidence of compliance with the technical and professional capacity criteria:

— The tenderer must be established as a recognised legal entity and be registered in a relevant professional or trade register. It has to be authorised to perform the prospective contract under the national law of the country it is established (or, in case of consortium, under the national law of the country of the consortium leader). Evidence of that must be provided by submission of a certificate of professional or commercial registration or a certificate of membership of a specific organisation (imposed by the country in which the tenderer is established). If the tenderer is not required or permitted to enrol in such a register for reasons of his statute or legal status, an explanation should be provided.

For lots 1 and 2 only:

— a brief description of the tenderer's economic activity related to the tender subject, providing the list of contracts for similar services performed in the past 3 years, with sums, dates and recipients.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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 participate
Date: 12/05/2017
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 tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 19/05/2017
Local time: 11:00
Place:

Frontex Headquarters, Plac Europejski 6, 00-844 Warsaw, POLAND.

Information about authorised persons and opening procedure:

Tenderers' representatives are welcome (max. 1 person per tenderer). Please inform Frontex via e-mail: procurement@frontex.europa.eu about your participation.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://www.curia.europa.eu
VI.5)Date of dispatch of this notice:
30/03/2017