Legal Basis:
Regulation (EU, Euratom) No 2018/1046
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 abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Asylum support
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Fuel for EASO in Greece and Cyprus
Reference number: EASO/2020/795
II.1.2)Main CPV code09100000 Fuels
II.1.3)Type of contractSupplies
II.1.4)Short description:
Establishment of up to 2 single framework contracts for a maximum duration up to 4 years, for the provision of fuel for EASO in Greece and Cyprus in order to facilitate the mobility of EASO staff, deployed persons and external stakeholders, by ensuring supply of fuel with the usage of fuel cards.
II.1.5)Estimated total valueValue excluding VAT: 220 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Provision of Fuel for EASO in Greece
Lot No: 1
II.2.2)Additional CPV code(s)09100000 Fuels
II.2.3)Place of performanceNUTS code: EL ΕΛΛΑΔΑ
Main site or place of performance:
The tasks will be performed mainly in Greece at the contractor’s premises.
II.2.4)Description of the procurement:
The overall objective of the assignment resulting from the present procurement procedure is the provision of fuel (Euro Diesel and Euro Super/Unleaded) for EASO in Greece facilitated with the usage of fuel cards.
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: 160 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
See internet address provided in section I.3).
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
See internet address provided in section I.3).
II.2)Description
II.2.1)Title:
Provision of Fuel for EASO in Cyprus
Lot No: 2
II.2.2)Additional CPV code(s)09100000 Fuels
II.2.3)Place of performanceNUTS code: CY ΚΥΠΡΟΣ
Main site or place of performance:
The tasks will be performed mainly in Cyprus at the contractor’s premises.
II.2.4)Description of the procurement:
The overall objective of the assignment resulting from the present procurement procedure is the provision of fuel (Euro Diesel and Euro Super/Unleaded) for EASO in Cyprus, facilitated with the usage of fuel cards.
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: 60 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
See internet address provided in section I.3).
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
See internet address provided in section I.3).
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:
See internet address provided in section I.3).
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.2.2)Contract performance conditions:
See internet address provided in section I.3).
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: 14/09/2020
Local time: 15:00
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/09/2020
Local time: 11:00
Place:
European Asylum Support Office, Winemakers Wharf, Grand Harbour Valletta, MRS 1917, MALTA.
Information about authorised persons and opening procedure:
A maximum of two representatives per tender may attend the opening session. For organisational and security reasons the tenderer must provide the full name, date of birth, nationality and ID or passport number of the representatives at least two working days in advance to: contracts@easo.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See internet address provided in section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:06/08/2020