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
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:
Purchase of Drones and Payloads
Reference number: Frontex/OP/884/2020/JL
II.1.2)Main CPV code35125000 Surveillance system
II.1.3)Type of contractSupplies
II.1.4)Short description:
Framework contract for acquisition of drones with payloads and associated hands-on training.
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: CY ΚΥΠΡΟΣ
NUTS code: EE EESTI
NUTS code: EL ΕΛΛΑΔΑ
NUTS code: ES ESPAÑA
NUTS code: FI SUOMI / FINLAND
NUTS code: HR HRVATSKA
NUTS code: HU MAGYARORSZÁG
NUTS code: IT ITALIA
NUTS code: LT LIETUVA
NUTS code: LV LATVIJA
NUTS code: MT MALTA
NUTS code: PL POLSKA
NUTS code: PT PORTUGAL
NUTS code: RO ROMANIA
NUTS code: SK SLOVENSKO
Main site or place of performance:
Purchased drones are intended for the use in various border and coast guard surveillance activities to support EU-MS national authorities. The list of countries under II.2.3) is not exhaustive list.
II.2.4)Description of the procurement:
The purchased equipment will be operating in several scenarios with multi-tasked functions. It should support static and dynamic surveillance in different police/border guard activities. The equipment shall operate from land and sea platforms with no focus on one type of flight. The key factor for the usage is the equipment’s versatility.The training shall be needed following the delivery of the equipment in order to ensure its optimal use by the operators.
II.2.5)Award criteriaCriteria below
Price
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 FWC is renewed automatically once, for the period of 24 months, unless one of the parties receives formal notification to the contrary at least 4 months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations. The overall duration of the FWC may in no event exceed 48 months.
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. 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
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: 11/01/2021
Local time: 14:00
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 13/01/2021
Local time: 11:00
Place:
Frontex HQ, Place Europejski 6, 00-844 Warsaw, Poland, or online opening session.
Information about authorised persons and opening procedure:
Tenderers wishing to attend the opening session shall send a confirmation e-mail to the Procurement Sector (procurement@frontex.europa.eu). A maximum of one representative per tenderer may attend the opening session. Their participation shall be restricted to an observer’s role.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)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:21/11/2020