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 Cleaning Services for Frontex
Reference number: Frontex/OP/822/2018/KM
II.1.2)Main CPV code90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of cleaning services at Frontex headquarter in Warsaw, Poland.
II.1.5)Estimated total valueValue excluding VAT: 1 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: PL911 Miasto Warszawa
II.2.4)Description of the procurement:
Provision of cleaning services at Frontex headquarter in Warsaw, Poland.
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: 1 200 000.00 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 standingList and brief description of selection criteria:
Tenderers shall provide evidence of their sufficient economic and financial capacity to guarantee continuous and satisfactory performance throughout the envisaged lifetime of the contract as follows:
Minimum level(s) of standards possibly required:
a) profit and loss accounts and balance sheets for the past 3 financial years for which accounts have been closed, on condition that the publication of profit and loss account and balance sheets is stipulated by the legislation on firms in the country where the tenderer is established; the profit and loss accounts and balance sheets must confirm good financial standing of the tenderer, sufficient to fulfil commitments related to this framework contract;
b) declaration of the company’s total turnover from the past 3 years for which accounts have been closed (information shall be provided separately for each year); the average annual turnover over the last 3 years must be greater than 600 000 EUR.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
A. the Tenderer must have at least 3 years of professional experience in providing similar services, i.e. cleaning services;
B. 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:
A. the Tenderer must have at least 3 years of professional experience in providing similar services, i.e. cleaning services;
Evidence of that must be provided by:
— Provision of the company’s portfolio confirming the tenderer`s experience;
— Provision of a list of contracts performed during the last 3 years which correspond to the services required within this call for tenders, indicating their customers, financial volume, scope and complexity; At least one of them (contracts) must be of an average annual value of at least 200 000 EUR.
— Provision of at least 3 reference letters from the customers specified above confirming good quality of the services provided; e-mails or self-declarations by the tenderers shall not be accepted;
B. the Tenderer must prove and demonstrate its relevant personnel capacity and technical ability to provide all the services required under the prospective contract;
The following documents or/and information shall be presented as evidence of compliance with the technical and professional capacity criteria listed above:
— overview on the company technical and human resources confirming the tenderer’s capacity to perform the contract;
— full CV(s) of the dedicated Supervisor (short notes will not be accepted) with the indication of the possessed level of knowledge of English and professional qualifications to perform the services.
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: 19/10/2018
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 26/10/2018
Local time: 11:00
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:12/09/2018