Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Asylum Support Office
Postal address: MTC Block A, Winemakers Wharf, Grand Harbour
Town: Valletta
NUTS code:
MT0 MALTAPostal code: MRS 1917
Country: Malta
E-mail:
contracts@easo.europa.euInternet address(es): Main address:
www.easo.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 activityOther activity: Asylum.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of international courier services for EASO.
Reference number: EASO/2017/588.
II.1.2)Main CPV code64120000 Courier services
II.1.3)Type of contractServices
II.1.4)Short description:
The services will be mainly requested from/to/between European Union countries and European countries outside EU. The supplier however has to be able to provide these services from/to/between other areas of the world except for remote destinations, which are generally unreachable. The services are to cover:
collection of parcels/mail from ‘EASO offices in Malta’ and delivery to ‘entire world’ including Malta;
collection of parcels/mail from ‘entire world’ including Malta and delivery at EASO offices in Malta;
collection from ‘entire world’ and delivery to ‘entire world’;
fulfilment of the shipping documents;
general organisation and surveillance of the transport.
II.1.5)Estimated total valueValue excluding VAT: 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: MT MALTA
NUTS code: 00 Not specified
II.2.4)Description of the procurement:
EASO seeks to conclude framework contracts in cascade for the provision of international courier services.
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: 500 000.00 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 FWC is renewed automatically 3 times for 12 months each, up to a maximum of 48 months in total.
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: 15/01/2018
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 22/01/2018
Local time: 10:00
Place:
European Asylum Support Office (EASO), MTC Block A, Winemakers Wharf, Grand Harbour, Valletta MRS 1917, MALTA.
Information about authorised persons and opening procedure:
A maximum of 2 authorised representatives for each tenderer, notified in advance to EASO.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
EASO reserves the right to increase by no more than 50 % the estimated value of the FWCs, in accordance with Article 85 of the EASO Financial Regulation and Article 134(1)(e) of the RAP. In such cases, EASO and the successful tenderer shall use a negotiated procedure without prior publication of a contract notice for new services or works consisting in the repetition of similar services or works entrusted to the economic operator awarded the initial contract by EASO.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4302-2100
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:24/11/2017