Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Frontex
National registration number: Frontex/OP/791/2019/KM
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code:
PL POLSKAPostal 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 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 Maintenance Services of Audio-video Equipment in Frontex Premises
Reference number: Frontex/OP/791/2019/KM
II.1.2)Main CPV code50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of maintenance services of audio - visual (AV) systems and equipment used in Frontex premises in Warsaw at Plac Europejski 6, Warsaw Spire Building B, according to Frontex business needs and in line with Terms of Reference (Annex II).
II.1.5)Estimated total valueValue excluding VAT: 220 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: PL POLSKA
II.2.4)Description of the procurement:
Provision of maintenance services of audio - visual (AV) systems and equipment used in Frontex premises in Warsaw at Plac Europejski 6, Warsaw Spire Building B, according to Frontex business needs and in line with Terms of Reference (Annex II).
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 24
This contract is subject to renewal: yes
Description of renewals:
The FWC is renewed automatically one time for 24 months, unless one of the parties receives formal notification to the contrary 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 shall 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 system
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: 09/09/2019
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: 10/09/2019
Local time: 14:00
Place:
The tender opening session will take place at the premises of Frontex, Plac Europejski 6, 00-844 Warsaw.
Information about authorised persons and opening procedure:
Tenderers wishing to attend the offer opening session shall send a confirmation e-mail or fax to the Procurement Team (procurement@frontex.europa.eu) A maximum of two representatives per tenderer may attend the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:05/08/2019