Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Frontex — European Border and Coast Guard Agency
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code:
PL911 Miasto WarszawaPostal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euTelephone: +48 222059500
Fax: +48 222059501
Internet address(es): Main address:
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 Canteen Operator Services
Reference number: Fronte/OP/790/2018/JL/DT
II.1.2)Main CPV code55500000 Canteen and catering services
II.1.3)Type of contractServices
II.1.4)Short description:
The scope of the tender is provision of canteen, cafeteria, catering, coffee and kitchenettes services and provision of supplies to kitchenettes, as defined in Annex II – Terms of Reference.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: PL91 Warszawski stołeczny
Main site or place of performance:
Frontex HQ, Warsaw, Poland
II.2.4)Description of the procurement:
The scope of the tender is provision of canteen, cafeteria, catering, coffee and kitchenettes services and provision of supplies to kitchenettes, as defined in Annex II – Terms of Reference.
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: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework service contract will be signed for an initial period of 2 years. It may be renewed twice by tacit agreement of the Parties for another 1 year, up to 4 years duration in total, unless one of the parties receives formal notification to the contrary at least 3 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 must be registered in a relevant commercial or trade register. Evidence of that must be provided by submission of a certificate of professional or commercial registration imposed by the country in which the Tenderer is established (in Poland – a copy of the Court register: KRS). If the Tenderer is not required or permitted to enrol in such a register for reasons of his statute or legal status, an explanation should be provided.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The Tenderer shall provide Frontex with a declaration of the company’s total turnover from the past 3 financial years for which accounts have been closed (information shall be provided separately for each year); the average annual turnover over these 3 years must be greater than 500 000 EUR (or equivalent of that amount in another currency).
III.1.3)Technical and professional abilityList and brief description of selection criteria:
— The Tenderer must have at least three years of professional experience in providing similar services to the ones to be covered by the prospective contract, i.e. provision of catering services and running a canteen of minimum 100 seats or for 200 people;
— The Tenderer must prove and demonstrate its relevant personnel capacity and technical ability to provide all the services required under the prospective contract.
Minimum level(s) of standards possibly required:
The following documents or/and information shall be presented as an evidence of compliance with the technical and professional capacity criteria listed above:
— A short overview on the company portfolio confirming the Tenderer’s professional experience,
— A list and a brief description of recent activities in the field of catering services and canteen management, together with the list of contracts above the value of 10 000 EUR/month, performed in the past 3 years, with sums, dates and recipients (public and/or private),
— Reference letters related to the above mentioned list of contracts above the value of 10 000 EUR/month issued and signed by the clients confirming timely delivery and good quality of the services provided: a minimum of 3 reference letters regarding contracts for similar catering services and at least 1 reference letter regarding canteen with at least 100 seats/serving food for at least 200 people; self-declarations by the Tenderers shall not be accepted,
— Curricula vitae detailing the relevant educational and professional qualifications, work experience and linguistic skills of Canteen and Catering Managers, Chef and Sous-chef.
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 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: 15/10/2018
Local time: 17:00
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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 22/10/2018
Local time: 11:00
Place:
Frontex HQ, Warsaw, Poland
Information about authorised persons and opening procedure:
Tenderers’ representatives are welcome (maximum one per tenderer). Please inform Frontex in advance via e-mail: procurement@frontex.europa.eu about your planned participation and specify which tenderer will be represented.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
On-site visit for the purpose of familiarization with Frontex Canteen, Cafeteria, Catering facilities and Kitchenettes is planned to be organized. Detailed information of the date and time of the on-site visit will be published on the relevant e-Tendering website. Representatives of the prospective Tenderers (up to 2 per Tenderer) are requested to inform Frontex (by sending e-mail to procurement@frontex.europa.eu) about their planned participation not later than 2 working days before the scheduled on-site visit. All the expenses borne by the potential Tenderers in relation to the on-site visit will be in charge of the potential Tenderers and shall not be subject to the reimbursement by Frontex.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
VI.5)Date of dispatch of this notice:05/09/2018