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:
PL911 Miasto WarszawaPostal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euTelephone: +48 222059500
Fax: +48 222059501
Internet address(es): Main address:
http://www.frontex.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Border and Coast Guard Agency (FRONTEX)
Town: Warsaw
Country: Poland
Contact person: Requests to participate to be submitted via email
E-mail:
HQ.project@frontex.europa.euNUTS code:
PL911 Miasto WarszawaInternet address(es): Main address:
www.frontex.europa.eu 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:
FRONTEX Permanent Premises
Reference number: Frontex CD/1217/2021/RS
II.1.2)Main CPV code45210000 Building construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
The purpose of this public contract concerns the design and construction of FRONTEX permanent premises also referred to as FRONTEX headquarters (HQ). The Republic of Poland transferred to FRONTEX the ownership of a plot of land in Warsaw for the Agency to plan and construct its headquarters building(s) in accordance with the Polish building law and regulations. Frontex wishes to establish a project promoting the highest standards in sustainable building methodologies. Initial estimation is a building of 70 000 m2 for an average of 2 000 staff members.
II.1.5)Estimated total valueValue excluding VAT: 114 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: PL911 Miasto Warszawa
Main site or place of performance:
II.2.4)Description of the procurement:
The main objective is to use a procurement procedure (competitive dialogue) to select the proposal delivering the best value for money based on the defined architectural, functional and technical performance requirements with emphasis on sustainability criteria.
The successful tenderer will be responsible for the design, acquisition of building permits (on behalf of FRONTEX) construction of the building(s) and maintenance, which will have to adhere to the highest standards in terms of sustainability and energy performance.
The design and build contract to be signed with the successful tenderer will be based on project proposals that go beyond current minimum legislative requirements and aim at BREEAM Excellent or Outstanding levels.
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: 114 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 68
This contract is subject to renewal: no
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.1.2)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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 05/09/2022
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 31/10/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
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)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:05/07/2022