Provision of uniforms, footwear, other garments and associated services (5 lots) for Frontex Officers

The objective of this tender is the acquisition of uniforms (garments and footwear) for Frontex officers. In addition to the acquisition of garments and footwear, Frontex also aims to acquire uniform management services including bulk order management, management of individual orders (capacity for officers to place individual orders through a …

CPV: 18000000 Clothing, footwear, luggage articles and accessories, 35811200 Police uniforms, 18223200 Jackets, 18234000 Trousers, 18318400 Vests, 18332000 Shirts, 18300000 Garments, 18931100 Rucksacks, 18400000 Special clothing and accessories, 18410000 Special clothing, 18420000 Clothing accessories, 18931000 Travel bags, 18422000 Scarves, 18424000 Gloves, 18425000 Belts, 18800000 Footwear, 18811000 Waterproof footwear, 18812200 Rubber boots, 18813000 Footwear with uppers of leather, 18830000 Protective footwear, 63120000 Storage and warehousing services, 42965100 Warehouse management system, 48430000 Inventory management software package, 63122000 Warehousing services, 63100000 Cargo handling and storage services, 60161000 Parcel transport services, 63121000 Storage and retrieval services, 64121200 Parcel delivery services, 90514000 Refuse recycling services, 98393000 Tailoring services
Deadline:
April 23, 2025, 4 p.m.
Deadline type:
Submitting a bid
Place of execution:
Provision of uniforms, footwear, other garments and associated services (5 lots) for Frontex Officers
Awarding body:
European Border and Coast Guard Agency (FRONTEX)
Award number:
FRONTEX/2024/OP/0058

1. Buyer

1.1 Buyer

Official name : European Border and Coast Guard Agency (FRONTEX)
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Provision of uniforms, footwear, other garments and associated services (5 lots) for Frontex Officers
Description : The objective of this tender is the acquisition of uniforms (garments and footwear) for Frontex officers. In addition to the acquisition of garments and footwear, Frontex also aims to acquire uniform management services including bulk order management, management of individual orders (capacity for officers to place individual orders through a dedicated platform), shipment of ordered items, disposal services, and re-design service. The supplies and services are envisaged to be procured under five (5) different lots: • Lot 1 - Garments with Frontex design, emblems and insignias • Lot 2 - Garments commercial off-the shelf (COTS) • Lot 3 - Footwear • Lot 4 - Logistics services including order management, warehousing, shipment, optional disposal services • Lot 5 - Re-design services
Procedure identifier : 7eca31e8-ef6d-4b62-b982-7aa3ac9f57d6
Internal identifier : FRONTEX/2024/OP/0058
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories

2.1.3 Value

Estimated value excluding VAT : 28 000 000 Euro

2.1.4 General information

Additional information : In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2018/1046

2.1.6 Grounds for exclusion

Bankruptcy : For the full list of exclusion grounds please consult the procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Garments with Frontex design, emblems and insignias
Description : Lot-1 covers the supply of custom-made garments that require specific manufacture to reflect Frontex’ external visibility. It also includes emblems and insignias.
Internal identifier : FRONTEX/2024/OP/0058-LOT-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35811200 Police uniforms
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18223200 Jackets
Additional classification ( cpv ): 18234000 Trousers
Additional classification ( cpv ): 18318400 Vests
Additional classification ( cpv ): 18332000 Shirts

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 1 (one) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 12 020 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 710460-2024

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 23/04/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 24/04/2025 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

5.1 Lot technical ID : LOT-0002

Title : Garments commercial off-the shelf (COTS)
Description : Lot-2 covers the supply of garments, clothing and accessories that do not require to reflect Frontex’ external visibility and may be offered as commercial off-the-shelf products.
Internal identifier : FRONTEX/2024/OP/0058-LOT-2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18300000 Garments
Additional classification ( cpv ): 18931100 Rucksacks
Additional classification ( cpv ): 18400000 Special clothing and accessories
Additional classification ( cpv ): 18410000 Special clothing
Additional classification ( cpv ): 18420000 Clothing accessories
Additional classification ( cpv ): 18931000 Travel bags
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18422000 Scarves
Additional classification ( cpv ): 18424000 Gloves
Additional classification ( cpv ): 18425000 Belts

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 1 (one) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 9 700 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 710460-2024

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 23/04/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 24/04/2025 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

5.1 Lot technical ID : LOT-0003

Title : Footwear
Description : Lot 3 covers the supply of different types of footwear worn by Frontex officers during outdoor and indoor activities, including mid-season patrol boots, snow patrol boots, summer patrol boots, deck shoes for coast guards, rubber boots, security boots with toe protection.
Internal identifier : FRONTEX/2024/OP/0058-LOT-3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812200 Rubber boots
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18830000 Protective footwear

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 1 (one) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 710460-2024

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 23/04/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 24/04/2025 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

5.1 Lot technical ID : LOT-0004

Title : Logistics services related to management of uniform items
Description : Lot 4 covers the provision of logistics services to manage Frontex uniform items including self-service ordering solution for Frontex Officers, multiple suppliers management, order fulfilment, shipment and disposal solutions.
Internal identifier : FRONTEX/2024/OP/0058-LOT-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63120000 Storage and warehousing services
Additional classification ( cpv ): 42965100 Warehouse management system
Additional classification ( cpv ): 48430000 Inventory management software package
Additional classification ( cpv ): 63122000 Warehousing services
Additional classification ( cpv ): 63100000 Cargo handling and storage services
Additional classification ( cpv ): 60161000 Parcel transport services
Additional classification ( cpv ): 63121000 Storage and retrieval services
Additional classification ( cpv ): 64121200 Parcel delivery services
Additional classification ( cpv ): 90514000 Refuse recycling services

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 1 (one) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 710460-2024

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 23/04/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 24/04/2025 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

5.1 Lot technical ID : LOT-0005

Title : Re-Design services
Description : Lot 5 covers the provision of professional re-design services to implement improvements and redesign of the uniform to reflect the evolving needs of Standing Corps Officers and to enhance the identity and unity of the Frontex force. For that reason, Frontex is seeking to procure the services of a Contractor to provide expertise and support for the development of Frontex uniform. Frontex expects the Contractor to provide guidance, advice and to support in the improvement of the design of the Frontex uniform.
Internal identifier : FRONTEX/2024/OP/0058-LOT-5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98393000 Tailoring services
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 1 (one) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 280 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 710460-2024

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
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
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 23/04/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 24/04/2025 11:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -

8. Organisations

8.1 ORG-0001

Official name : European Border and Coast Guard Agency (FRONTEX)
Registration number : FRONTEX
Department : FRONTEX.MB.AD - AGENCY DIRECTORATE,FRONTEX.MB - MANAGEMENT BOARD,FRONTEX.MB.AD.CAP - Capabilities Directorate,FRONTEX.MB.AD.CAP.EQUIP - Equipment and Logistics Division,FRONTEX.MB.AD.CAP.EQUIP.EQUIPMENT - Engineering and Acquisition Unit
Postal address : Plac Europejski 6
Town : Warsaw
Postcode : PL-00-844
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +48 22 544 95 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 7d04fd28-b5d8-42bb-a868-75cdbeb25bb0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/03/2025 12:35 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00142607-2025
OJ S issue number : 44/2025
Publication date : 04/03/2025