Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Border and Coast Guard Agency (FRONTEX)
Postal address: Plac Europejski 6
Town: Warsaw
NUTS code:
PL911 Miasto WarszawaPostal code: 00-844
Country: Poland
E-mail:
procurement@frontex.europa.euTelephone: +48 22059500
Fax: +48 22059501
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:
Framework Contract for the Provision of Interpretation and Cultural Mediation Services for Operational Activities
Reference number: Frontex/2021/OP/1204/DT
II.1.2)Main CPV code79540000 Interpretation services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of this framework contract is provision and management of reliable, flexible and high-quality interpretation and cultural mediation services supporting operational activities of FRONTEX, as described in Terms of Reference (Annex II). The framework contract is divided into two (2) lots and the overall duration of each lot is maximum 48 months (including all renewals under the same conditions).
II.1.5)Estimated total valueValue excluding VAT: 52 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)79540000 Interpretation services
II.2.3)Place of performanceNUTS code: AL Shqipëria
NUTS code: BG България / Bulgaria
NUTS code: CY Κύπρος / Kýpros
NUTS code: EL Ελλάδα / Elláda
NUTS code: ES España
NUTS code: IT Italia
NUTS code: LT Lietuva
NUTS code: RO România
Main site or place of performance:
The provision of interpretation and cultural mediation services is expected to take place in various locations, within territory of the EU as well as third countries.
II.2.4)Description of the procurement:
Provision of fully-fledged interpretation and cultural mediation services with the capacity to simultaneously provide at least 112 interpreters and cultural mediators per month divided into profiles as specified in point 6.1. of Annex II (Terms of Reference). Within this lot FRONTEX may request the contractor to deliver interpretation and cultural mediation services in two different modalities: face-to-face services and remote 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: 41 500 000.00 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 duration of the contract is 12 months with the possibility to prolong it maximum three times for a period of 12 months and under the same conditions.
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.2.2)Additional CPV code(s)79540000 Interpretation services
II.2.3)Place of performanceNUTS code: AL Shqipëria
NUTS code: BG България / Bulgaria
NUTS code: CY Κύπρος / Kýpros
NUTS code: EL Ελλάδα / Elláda
NUTS code: ES España
NUTS code: IT Italia
NUTS code: LT Lietuva
NUTS code: RO România
Main site or place of performance:
The provision of interpretation and cultural mediation services is expected to take place in various locations, within territory of the EU as well as third countries.
II.2.4)Description of the procurement:
Provision of fully-fledged interpretation and cultural mediation services with capacity to continuously maintain a pool of 20 interpreters and cultural mediators divided into profiles as specified in point 7.1 of Annex II (Terms of Reference) and further described in Appendix 2 to the Annex II, simultaneously available for rapid deployment, as well as capacity for constant - 24/7 standby availability in remote modality for FRONTEX operations throughout the duration of the FWC.
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: 10 500 000.00 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 duration of the contract is 12 months with the possibility to prolong it maximum three times for a period of 12 months and under the same conditions.
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 IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 28/03/2022
Local time: 11:00
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)
IV.2.7)Conditions for opening of tendersDate: 30/03/2022
Local time: 11:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address:
http://curia.europa.eu VI.5)Date of dispatch of this notice:15/02/2022