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
Contact person: Frontex Procurement Team
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 Development of ICT Software Solution for EBCG Team Members Access to Schengen Information System (A2SISII)
Reference number: FRONTEX/RP/1485/2019
II.1.2)Main CPV code72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contractServices
II.1.4)Short description:
The main objective of this framework contract is to deliver effective ICT solution (i.e. A2SISII System) that will enable European Border and Coast Guard Agency teams to access to Schengen Information System in line with current Regulations (e.g. Regulations (EU) 2018/1725, 2018/1861, 2019/1896). The subject of the contract is the development of ICT software solution that will enable EBCG teams access to Schengen Information System — hereinafter defined as A2SISII system, including the deliverables related to its design, development, testing, deployment and training for the users (internal and external) and administrators. The framework contract resulting from this tender procedure is also to provide products and services to support and maintain the A2SISII System and to provide changes to its functionalities and to the underlying technical infrastructure in response to changing legal, political, organizational or technical environments.
II.1.5)Estimated total valueValue excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72230000 Custom software development services
72260000 Software-related services
II.2.3)Place of performanceNUTS code: PL POLSKA
II.2.4)Description of the procurement:
The framework contract resulting from this tender procedure is also to provide products and services to support and maintain the A2SISII System and to provide changes to its functionalities and to the underlying technical infrastructure in response to changing legal, political, organizational or technical environments. The framework contract will cover the development of ICT software solution in following main areas:
— A2SISII System delivery – delivery of web application,
— A2SISII System delivery — delivery of mobile application,
— A2SISII System maintenance services – provisioning of support and maintenance services,
— A2SISII System author’s supervision 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: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 14
This contract is subject to renewal: yes
Description of renewals:
The framework contract can be extended, if needed, no more than 2 times, each time for a period of maximum 1 year and on the same conditions.
The contract covers also support and maintenance services for the duration of 6 months. The maintenance can be extended, if needed, no more than 5 times, each time for a period of 6 months and on the same conditions.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
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:
Conditions as stated in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted 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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 16/03/2020
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: 6 (from the date stated for receipt of tender)
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:07/02/2020