Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: Frontex — European Border and Coast Guard Agency
National registration number: 140232006
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:
https://frontex.europa.eu/Address of the buyer profile:
https://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:
Framework Contract for the Provision of Mobile Telephony Services
Reference number: FRONTEX/OP/748/2020/SB
II.1.2)Main CPV code64210000 Telephone and data transmission services
II.1.3)Type of contractServices
II.1.4)Short description:
The aim of this procurement procedure is the conclusion of framework service contract with single economic operator for the provision of mobile telephony services for staff members and additional selected personnel.
The framework contracts resulting from this tender will be a source of services for the following areas:
1) Provision of SIM cards with subscription plans for mobile voice, text and data services at geographically dispersed locations in the EU MSs and in other countries outside the EU;
2) Provision of solution for mobile services usage control, including the management of data and voice plans, configuration of services on specific sim cards and;
3) Provision of the professional helpdesk that provides troubleshooting to incident notifications and service support operating on 24/7 basis.
Provision of mobile telephony hardware (mobile phones, tablets, smartphone, modems etc.) is out of the scope of this procurement procedure.
II.1.5)Estimated total valueValue excluding VAT: 4 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)64210000 Telephone and data transmission services
64212000 Mobile-telephone services
64212900 Pre-paid phone card provider services
II.2.3)Place of performanceNUTS code: PL POLSKA
NUTS code: PL91 Warszawski stołeczny
Main site or place of performance:
Frontex, Pl. Europejski 6, 00-844 Warsaw, POLAND.
II.2.4)Description of the procurement:
The framework contracts resulting from this tender will involve the following services:
— deployment of sim cards — numbers portability plan;
— provision of sim cards with subscription plans for mobile voice, text and data services;
— expense management of voice, data and text services and billing requirements;
— service support including: professional 24/7 helpdesk; troubleshooting support; comprehensive solutions to technical issues and incidents;
— complaint procedure for disputed/improper charges or irregularities related to the service performance or billing information;
— special desirable requirement: Provision of specific local SIM cards with voice and data services, in prepaid or post-paid subscription.
The services will be executed on the basis of order forms implementing the framework contract.
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: 4 500 000.00 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 FWC may be prolonged maximum one time for a period of another 24 months and on the same conditions (subject to benchmarking and price revision in accordance with Annex III – Draft of FWC) unless one of the parties informs the other of its intention not to extend the contract and such notification is received by the party to which it is addressed, no later than 3 months before the contract.
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.1.2)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 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: 25/02/2021
Local time: 15:00
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: 01/03/2021
Local time: 11:00
Place:
Frontex, Plac Europejski 6, 00-844 Warsaw, POLAND or by means of audio-video remote Skype for Business session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:21/01/2021