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 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 Interim Staff Services for Frontex
Reference number: Frontex/OP/447/2019/KM/Relaunch
II.1.2)Main CPV code79620000 Supply services of personnel including temporary staff
II.1.3)Type of contractServices
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 valueValue excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: PL POLSKA
II.2.4)Description of the procurement:
Provision of interim staff services to Frontex.
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: 5 000 000.00 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:
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 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
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 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 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: 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 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:07/08/2019