Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Agency for the Management of Operational Cooperation at the External Borders of the Member States of the European Union — Frontex
Postal address: Plac Europejski 6
Town: Warsaw
Postal code: 00-844
Country: Poland
Contact person: Procurement Sector
E-mail: procurement@frontex.europa.eu
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
General address of the contracting authority: http://www.frontex.europa.eu
Further information can be obtained from:
Official name: Frontex
Postal address: Plac Europejski 6
Town: Warsaw
Postal code: 00-844
Country: Poland
Contact person: Procurement Sector
E-mail: procurement@frontex.europa.eu
Internet address: http://www.frontex.europa.eu/about-frontex/procurement
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: Frontex
Postal address: Plac Europejski 6
Town: Warsaw
Postal code: 00-844
Country: Poland
Contact person: Procurement Sector
E-mail: procurement@frontex.europa.eu
Internet address: http://www.frontex.europa.eu/about-frontex/procurement
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityEuropean institution/agency or international organisation
I.3)Main activity
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of services and equipment related to ICT networks and audio/video systems.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Frontex's office, Warsaw, Poland.
NUTS code PL127 Miasto Warszawa
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 4 200 000 EUR
II.1.5)Short description of the contract or purchase(s)
The scope of the contract covers the provision of services and equipment related to ICT networks and audio/video systems.
II.1.6)Common procurement vocabulary (CPV)72000000 IT services: consulting, software development, Internet and support
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This framework contract duration is: 2 years + 1 year + 1 year i.e. after the initial duration of 2 years the framework contract shall be automatically renewed no more than 2 times, each time for a period of 1 year and on the same conditions, unless one of the parties informs the other of its intention not to extend the framework contract and such notification is received by the party to which it is addressed, no later than 3 months before the contract expires. The overall duration of the framework contract may in no event exceed 4 years. The maximum value estimated for the whole duration of the framework contract is: 4 200 000 EUR.
Frontex reserves the right to conduct exceptional negotiated procedure based on Article 134.1(f) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012 (RAP) to increase the ceiling with the contractors of particular lot(s), if such a need occurs.
Estimated value excluding VAT:
Range: between 4 200 000 and 6 300 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 2
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No deposits or guarantees are required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments shall be executed only if the contractor has fulfilled all his contractual obligations by the date on which the invoice is submitted.
The relevant payments will be done in 30 days from the receipt of the invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but, in the event a group of contractors submits an acceptable offer, it shall be necessary to provide an undertaking that each company shall be jointly and severally responsible for the due performance of the contract. In the case of a consortium bid, the contractor shall be required to act on behalf of the consortium.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: The tenderer shall declare by means of Annex III that none of the exclusion criteria apply.
The tenderer shall provide evidence that it is already established as a recognised legal entity and is registered in a relevant professional or trade register.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The tenderer shall provide evidence of its economic and financial capacity to perform the contract as follows:
a) the tenderer shall provide Frontex with its balance sheets for the past 3 financial years, on condition that the publication of balance sheets is stipulated by the legislation on firms in the country where the tenderer is established;
b) the tenderer shall provide Frontex with a declaration of the total turnover carried out over the past 3 years.
Minimum level(s) of standards possibly required: The 3-year sum of the tenderer's total turnover must amount to a minimum (equivalent) of 500 000 EUR.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The following documents and/or information shall be presented as evidence of compliance with the technical and professional capacity criteria:
a) the tenderer must be able to provide a team of consultants matching the requirements detailed in the relevant terms of reference document and its attachments. This must be done by means of completed personnel capacity declaration;
b) a list and a brief description of recent activities (in the last 3 years) in the field of the relevant lot, together with the list of contracts performed in the past 3 years, with sums, dates and recipients;
c) the tenderer shall supply descriptions/presentations of the projects, as described above.
Each description shall include at least the following information:
— details of the client (name, address, contact details),
— number of users,
— functionalities,
— high-level description of the solution architecture,
— budget involved,
— any other relevant information considered as necessary.
Successful implementation of the relevant min. 5 projects must be evidenced by reference letters issued and signed by the clients confirming timely delivery and good quality of the services provided; self-declarations by the tenderers shall not be accepted.
Minimum level(s) of standards possibly required:
The tenderer shall prove its technical and professional capacity to perform the contract. This capacity will be evaluated using the following criteria:
a) sufficient internal capacity in terms of qualified human resources, whose number must be a minimum such as described in the technical proposal document for the given lot (attached to the relevant terms of reference) and qualifications and experience must correspond to the requirements of staff profiles (Annex XI);
b) professional experience in the domain of the tender lot of a minimum of 3 years;
c) at least 5 projects for the implementation and maintenance of ICT networks and audio/video systems at the value of a minimum of 200 000 EUR each, successfully completed in the last 3 years (i.e. since November 2011). Successful implementation of these projects must be evidenced by reference letters issued and signed by the clients confirming timely delivery and good quality of the services provided; self-declarations by the tenderers shall not be accepted.
Official partnership with the manufacturer of the offered devices is required to be established and evidenced.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Frontex/OP/204/2015/AH.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 29.6.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate6.7.2015 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 13.7.2015
Place:
Frontex premises, Plac Europejski 6, 00-844 Warsaw, POLAND.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tenderers wishing to attend the opening session shall send a confirmation e-mail or fax to the Procurement Sector (procurement@frontex.europa.eu fax +48 222059501). A maximum of 1 representative per tenderer may attend the opening session. The participation shall be restricted to an observer's role.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.5.2015