Malta-Valletta: Provision of Premises, Services and Supplies Related to a Resettlement Support Facility in Istanbul, Turkey
2020/S 251-626963
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from 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 Premises, Services and Supplies Related to a Resettlement Support Facility in Istanbul, Turkey
Reference number: EASO/2020/830
II.1.2)Main CPV code75000000 Administration, defence and social security services
II.1.3)Type of contractServices
II.1.4)Short description:
The Agency is launching an open procurement procedure in order to conclude a framework service contract with a selected contractor for the provision of premises, services and supplies related to the operation of a resettlement support facility in Istanbul area, Turkey. Please see also the point 1.7 of the Tender Specifications (Part 1) ‘Volume and value of the contract: how much do we plan to buy?’ (See internet address provided in section I.3).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79500000 Office-support services
II.2.3)Place of performanceNUTS code: TR TÜRKİYE
Main site or place of performance:
The contractor's premises in Istanbul area; any location outside contractor's premises within Istanbul metropolitan area; other locations outside of Istanbul in Turkey for remote set-up services.
II.2.4)Description of the procurement:
EASO intendsto contract a party with proven operational experience working with refugees in Turkey which premises shall be used and which has to provide different types of services and supplies related to resettlement operations. In view of the above, the selected Contractor is expected to provide the following:
1) Premises and office space;
2) Administrative, technical and operational support services for the RSF;
3) Logistical support to EU MS selection missions;
4) Logistical support to EU MS pre-departure orientation (PDO) missions;
5) Logistical support for medical screening/assessment;
6) Supporting services linked to RSF operational activities.
Please see also the point 1.7 of the Tender Specifications (Part 1) ‘Volume and value of the contract: how much do we plan to buy?’ (See internet address provided in section I.3).
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
See internet address provided in section I.3).
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:
See internet address provided in section I.3).
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.2.2)Contract performance conditions:
See internet address provided in section I.3).
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: 04/02/2021
Local time: 16:00
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/02/2021
Local time: 11:00
Place:
Information about authorised persons and opening procedure:
Maximum of two representatives per tender may attend the opening session. For organisational and security reasons the tenderer must provide the full name, date of birth, nationality and ID or passport number of the representatives at least 2 working days in advance to: contracts@easo.europa.eu
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:
See internet address provided in Section I.3).
VI.5)Date of dispatch of this notice:18/12/2020