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.1)Name and addressesOfficial name: EFCA — European Fisheries Control Agency
Postal address: Edificio Odriozola, Avenida García Barbón 4
Town: Vigo
NUTS code:
ES114 PontevedraPostal code: E-36201
Country: Spain
E-mail:
procurement@efca.europa.euTelephone: +34 986120610
Internet address(es): Main address:
www.efca.europa.eu I.2)Information about joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
The contract shall be governed by Union law, complemented, where necessary, by the national substantive law of Poland.
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: Frontex — European Boarder and Coast Guard Agency
Postal address: Plac Europejski 6
Town: Warsaw
Postal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euNUTS code:
PL911 Miasto WarszawaInternet address(es): Main address:
http://frontex.europa.eu/ 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:
Frontex Surveillance Aircraft Services for Border and Coast Guard Functions (FSA I)
Reference number: Frontex/OP/694/2020/JL/MS
II.1.2)Main CPV code60440000 Aerial and related services
II.1.3)Type of contractServices
II.1.4)Short description:
The regular services provided by the contractor involve both scheduled and unscheduled surveillance missions in the areas of interest which are composing an area of service deployment, identified by the contracting authority.
II.1.5)Estimated total valueValue excluding VAT: 101 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Land/Coastline Range Surveillance Missions
Lot No: 1
II.2.2)Additional CPV code(s)60440000 Aerial and related services
II.2.3)Place of performanceNUTS code: EL ΕΛΛΑΔΑ
Main site or place of performance:
The performance of services is foreseen in EU Member State or third country where the base airport is situated.
II.2.4)Description of the procurement:
Land/coastline range surveillance missions category with providing of information:
(a) via remote mission portal and sharing of compiled operational picture;
(b) with live streaming of raw data.
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: 14 000 000.00 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 FWC is concluded for 2 years renewable once for another 2 years and have a maximum total duration of 4 years. The extension will be automatically applied unless one of the parties receives formal notification to the contrary at least three months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations.
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
II.2)Description
II.2.1)Title:
Mid-Range Maritime Surveillance Missions
Lot No: 2
II.2.2)Additional CPV code(s)60440000 Aerial and related services
II.2.3)Place of performanceNUTS code: EL ΕΛΛΑΔΑ
Main site or place of performance:
The performance of services is foreseen in EU Member State or third country where the base airport is situated.
II.2.4)Description of the procurement:
Mid-Range maritime surveillance missions category with providing of information:
(a) via remote mission portal and sharing of compiled operational picture;
(b) with live streaming of raw data.
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: 53 600 000.00 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 is concluded for 2 years renewable once for another 2 years and have a maximum total duration of 4 years. The extension will be automatically applied unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations.
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
II.2)Description
II.2.1)Title:
Long-Range Maritime Surveillance Missions
Lot No: 3
II.2.2)Additional CPV code(s)60440000 Aerial and related services
II.2.3)Place of performanceNUTS code: EL ΕΛΛΑΔΑ
Main site or place of performance:
The performance of services is foreseen in EU Member State or third country where the base airport is situated.
II.2.4)Description of the procurement:
Long-Range maritime surveillance missions category with providing of information:
(a) via remote mission portal and sharing of compiled operational picture;
(b) with live streaming of raw data.
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: 30 900 000.00 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 is concluded for 2 years renewable once for another 2 years and have a maximum total duration of 4 years. The extension will be automatically applied unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations.
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
II.2)Description
II.2.1)Title:
Rotary Wing Surveillance Missions
Lot No: 4
II.2.2)Additional CPV code(s)60440000 Aerial and related services
II.2.3)Place of performanceNUTS code: EL ΕΛΛΑΔΑ
Main site or place of performance:
The performance of services is foreseen in EU Member State or third country where the base airport is situated.
II.2.4)Description of the procurement:
Rotary wing surveillance missions category with providing of information:
(a) via remote mission portal and sharing of compiled operational picture;
(b) with live streaming of raw data.
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: 3 000 000.00 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 FWC is concluded for 2 years renewable once for another 2 years and have a maximum total duration of 4 years. The extension will be automatically applied unless one of the parties receives formal notification to the contrary at least three months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations.
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 is asked to prove that is authorised to perform the contract under its national law. The tenderer shall provide as evidence a copy of a certificate of professional or commercial registration legally imposed by the country in which the Tenderer is established. If the tenderer is not required or permitted to enroll in such a register for reasons of his statute or legal status, an explanation should be provided.
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.2.3)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 several operators
Envisaged maximum number of participants to the framework agreement: 10
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: 05/01/2021
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: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/01/2021
Local time: 11:00
Place:
Frontex, Plac Europejski 6, 00-844 Warsaw, Poland.
Information about authorised persons and opening procedure:
Tenderers’ representatives are welcome (max. 1 person per tenderer). Please inform Frontex in advance via e-mail addressed to: procurement@frontex.europa.eu about your planned participation.