Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from another 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:
Travel agency services for the Delegation of the European Union to Colombia
Reference number: EEAS/DELCOLS/2021/OP/0028
II.1.2)Main CPV code63510000 Travel agency and similar services
II.1.3)Type of contractServices
II.1.4)Short description:
This contract refers exclusively to the travel related to the work of the staff of the contracting authority. At any time the staff may need to travel to any country in the world to perform their professional activities.
The contractor must provide the human and material resources necessary to provide the services in the non-exhaustive list below:
— provide all the information needed to organise the trip (timetables, prices and availability of transport and accommodation),
— reserve, issue tickets, make changes or cancel the following: air, train or land travel, hotels,
— assistance to the staff on mission inside and outside the territory of Colombia related to travel matters.
II.1.5)Estimated total valueValue excluding VAT: 1 300 000 000.00 COP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)63510000 Travel agency and similar services
II.2.3)Place of performanceNUTS code: CO Colombia
Main site or place of performance:
II.2.4)Description of the procurement:
Travel agency services for the Delegation of the European Union to Colombia.
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: 1 300 000 000.00 COP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
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: yes
Identification of the project:
Please refer to the procurement documents available at the address indicated in Section I.3).
II.2.14)Additional information
Please refer to the procurement documents available at the address indicated 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:
Please refer to the procurement documents available at the address indicated 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:
Please refer to the procurement documents available at the address indicated 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: 29/09/2021
Local time: 10:00
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: 30/09/2021
Local time: 10:00
Place:
Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by video conference.
Information about authorised persons and opening procedure:
Please refer to the procurement documents available at the address indicated in Section I.3).
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
Please refer to the procurement documents available at the address indicated in Section I.3).
In case of unavailability or disruptions in the functioning of the electronic means of communication provided in section I.3) in the last five calendar days before the time limit for receipt indicated in section IV.2.2), the awarding authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this tender are invited to register for the call for tenders at the address indicated in Section I.3) in order to be notified when new information or documents are published.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please refer to the procurement documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:22/07/2021