Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Contract for courier services for Frontex
Reference number: Frontex/OP/814/2018/JL/MS
II.1.2)Main CPV code64120000 Courier services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of this tender is to establish the Framework Contract for maximum 4 years for the provision of courier
Services for Frontex. The Framework Contract will be divided into 2 lots:
Lot 1: Domestic courier services on the territory of Poland,
Lot 2: International export/import courier services.
II.1.5)Estimated total valueValue excluding VAT: 3 050 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Domestic courier services on the territory of Poland
Lot No: 1
II.2.2)Additional CPV code(s)64120000 Courier services
II.2.3)Place of performanceNUTS code: PL POLSKA
II.2.4)Description of the procurement:
Domestic courier services on the territory of Poland.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 10 000.00 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:
FWC will be concluded per each Lot for 1 year (renewable up to three times) and have a maximum total duration of 4 years. The renewal will be automatically applied unless one of the parties (awarded service provider or Frontex) receives formal notification to the contrary from the other party at least three months before the end of the ongoing duration.
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:
International export/import courier services
Lot No: 2
II.2.2)Additional CPV code(s)64120000 Courier services
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
Courier services in two directions from/to: Poland (Frontex HQ) — EU countries, non EU countries in Europe as well as several non-European countries.
II.2.4)Description of the procurement:
International export/import courier services.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 3 040 000.00 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:
FWC will be concluded per each Lot for 1 year (renewable up to three times) and have a maximum total duration of 4 years. The renewal will be automatically applied unless one of the parties (awarded service provider or Frontex) receives formal notification to the contrary from the other party at least three months before the end of the ongoing duration.
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 must provide evidence that is authorised to perform the contract under the national law by provision of the evidence 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: 28/09/2018
Local time: 16:00
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: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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/10/2018
Local time: 11:00
Place:
Frontex HQ, 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 recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
VI.5)Date of dispatch of this notice:22/08/2018