Services - 384115-2019

14/08/2019    S156

Poland-Warsaw: Provision of Interim Staff Services for Frontex

2019/S 156-384115

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Frontex
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code: PL POLSKA
Postal code: 00-844
Country: Poland
E-mail: procurement@frontex.europa.eu
Telephone: +48 222059500
Fax: +48 222059501
Internet address(es):
Main address: http://www.frontex.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=5334
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Provision of Interim Staff Services for Frontex

Reference number: Frontex/OP/447/2019/KM/Relaunch
II.1.2)Main CPV code
79620000 Supply services of personnel including temporary staff
II.1.3)Type of contract
Services
II.1.4)Short description:

The overall objective of the contract is to provide Frontex with the necessary interim personnel in a timely manner and in line with the requested job profiles.

II.1.5)Estimated total value
Value excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: PL POLSKA
II.2.4)Description of the procurement:

Provision of interim staff services to Frontex.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The duration of the contract is 12 months with the possibility to prolong it maximum 3 times, each time for a period of 12 months and on the same conditions.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List 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 standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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 participate
Date: 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 10/09/2019
Local time: 11:00
Place:

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 email or fax to the Procurement Team (procurement@frontex.europa.eu). A maximum of 2 representatives per tenderer may attend the opening session. Their participation shall be restricted to an observer’s role.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.5)Date of dispatch of this notice:
07/08/2019