Multiple Framework Contract in cascade for the provision of legal/consultancy services

This procurement procedure aims to conclude a multiple FWC in cascade for the provision of legal/consultancy services to Frontex. The FWC is divided into the following 6 lots: 1. Polish general law (excluding the scope covered by lot 2). 2. Legal advice and support regarding Polish construction, rental, and real …

CPV: 79100000 Servicios jurídicos
Lugar de ejecución:
Multiple Framework Contract in cascade for the provision of legal/consultancy services
Organismo adjudicador:
European Border and Coast Guard Agency (FRONTEX)
Número de premio:
FRONTEX/2024/OP/0033

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 : Multiple Framework Contract in cascade for the provision of legal/consultancy services
Description : This procurement procedure aims to conclude a multiple FWC in cascade for the provision of legal/consultancy services to Frontex. The FWC is divided into the following 6 lots: 1. Polish general law (excluding the scope covered by lot 2). 2. Legal advice and support regarding Polish construction, rental, and real estate law 3. National laws of selected EU MS 4. National laws of selected third countries 5. EU civil service law 6. EU general law
Procedure identifier : 2a2a34c0-d50b-46d8-9c79-bd64a6527441
Internal identifier : FRONTEX/2024/OP/0033
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services

2.1.2 Place of performance

Town : Warszawa
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland

2.1.4 General information

Legal basis :
Regulation (EU, Euratom) 2018/1046

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LOT 1 - Polish general law
Description : This lot is to equip Frontex with the possibility to obtain legal advice on any aspect related to Polish law, except for those matters foreseen under Lot 2. For instance, Frontex requires advice on matters where Polish law is the governing law of a contract (for example, in case of disputes related to termination of contracts, the recovery of debts, or concerning possible conclusion and implementation of loan agreements for financing the construction of Agency’s permanent premises, etc). Also, advice might be required where Polish law is not the governing law of a contractual arrangement (for example in institutional matters deriving from the interpretation and implementation of Frontex’s Headquarters Agreement with the Polish government). In that case advice may be needed on the constitutional limits of Polish law and where EU law prevails. Further examples include non-contractual liability.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : This framework contract duration is 2 years + 1 year + 1 year i.e. after the initial duration of 2 years the framework contract shall be automatically renewed no more than two times, each time for a period of one (1) year.

5.1.2 Place of performance

Town : Warszawa
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 500 000 Euro
Maximum value of the framework agreement : 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
Criterion :
Type : Quality
Name :
Description : 70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
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

Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

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 -
Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
Organisation signing the contract : European Border and Coast Guard Agency (FRONTEX)

5.1 Lot technical ID : LOT-0002

Title : LOT 2 - Legal advice and support regarding Polish construction, rental, and property law
Description : Frontex requires legal advice on Polish law related to real estate and construction, such as: 1. Legal services in the context of the implementation of existing contracts related to real estate projects for all the premises occupied by Frontex presently. 2. Legal services in relation to the General Construction Contract for the Permanent Premises - (Design and Build) [the “GCC”] with all appendices, including but not limited to legal advisory during its implementation, possible renegotiations or amendments. 3. Legal services in relation to Provision of Engineering Consultancy and Construction Supervision services in the frame of the General Construction Contract. 4. Analysis, review, alignment, and finalisation of any building-related agreements, including lease contracts as well procurement of any future premises. 5. Legal assistance for concluding, assessing, revising, negotiating, and renegotiating lease contracts or lease contract amendments for premises, as well as contracts and contract amendments for the execution and management of design, works, and supervision projects, regarding administrative, organisational, technical, and financial aspects. 6. Legal assistance during implementation and closing/acceptance of design, works and supervision projects and contracts.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : This framework contract duration is 2 years + 1 year + 1 year i.e. after the initial duration of 2 years the framework contract shall be automatically renewed no more than two times, each time for a period of one (1) year.

5.1.2 Place of performance

Town : Warszawa
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 850 000 Euro
Maximum value of the framework agreement : 850 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
Criterion :
Type : Quality
Name :
Description : 70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
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

Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

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 -
Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
Organisation signing the contract : European Border and Coast Guard Agency (FRONTEX)

5.1 Lot technical ID : LOT-0003

Title : LOT 3 - National laws of selected EU MS (legal service providers)
Description : Frontex operates in many EU jurisdictions and may thus require legal support on the applicable national laws. For example, Frontex procures goods and services which may require complex registration and logistical arrangements. Article 38 of the EBCG provides that Frontex may acquire, either on its own or as a co-owner with a MS or lease technical equipment to be deployed during operational activities. Of particular importance is ‘major technical equipment’, which may be registered in the MS of operation. These may be very expensive and complex assets, especially in view of the role they acquire when deployed in the context of an operational activity. It is vital that the procurement and registration of such assets foresees and addresses any national requirements in order to ensure operational continuity of law enforcement activities at the external borders. In addition, Frontex may need to establish a physical presence in MS other than Poland (where it has its Headquarters). This may need to be secured through leasing/acquisition of equipment/own assets and setting up of local offices or other support structures related to the deployment of the standing corps and the staff in general. Knowledge both of EU law and specificities of the local legal frameworks are thus crucial for Frontex to manage its presence from all points of view, including with respect to local real estate and related services. Other aspects of local law related to local operations such as health and safety, immunities and privileges, administrative or civil/criminal liability issues (of Standing Corps officers and other Frontex staff) would need to be covered. Frontex may require legal services in the following MS: Greece; Bulgaria; Romania; Italy; Spain; Belgium.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : This framework contract duration is 2 years + 1 year + 1 year i.e. after the initial duration of 2 years the framework contract shall be automatically renewed no more than two times, each time for a period of one (1) year.

5.1.2 Place of performance

Town : Warszawa
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
Criterion :
Type : Quality
Name :
Description : 70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
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

Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

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 -
Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

5.1 Lot technical ID : LOT-0004

Title : LOT 4 - National laws of selected third countries (legal service providers)
Description : Frontex operates in jurisdictions outside of the European Union which requires legal support. For example, Frontex may deploy members of the Standing Corps and technical equipment to certain third countries on the basis of a Status Agreement (which is an international treaty signed by the European Union with the third country concerned - see Article 73(3) of the EBCG Regulation). These deployments are legally complex, considering the interplay between (i) international law (including privileges and immunities); (ii) EU law; (iii) the law of the third country concerned; and (iv) potentially the national law of the home Member State, as applicable. Legal advice on the interplay between these legal systems in the context of a third country jurisdiction is required, especially since experience with hosting such operational activities by the third country concerned requires constant engagement from the Agency’s side, including on resolving legal matters. Other matters related to e.g., customs, permits in the context of dual-use goods, etc also require local legal advice. Frontex may require legal services in the following third countries: Republic of Moldova, Republic of North Macedonia, Republic of Serbia, Republic of Albania and Georgia.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : This framework contract duration is 2 years + 1 year + 1 year i.e. after the initial duration of 2 years the framework contract shall be automatically renewed no more than two times, each time for a period of one (1) year.

5.1.2 Place of performance

Town : Warszawa
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
Criterion :
Type : Quality
Name :
Description : 70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
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

Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

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 -
Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

5.1 Lot technical ID : LOT-0005

Title : LOT 5 - EU civil service law (legal service providers and consultancy service providers)
Description : Frontex may seek advice and support on staff-related matters. This includes past, present and prospective staff as well as other categories of persons to whom the Staff Regulations and Conditions of Employment of Other Servants and equivalent instruments apply. In relation to staff, this includes but is not limited to matters pertaining to Frontex’s Standing Corps who may be deployed in various jurisdictions internationally. Such assistance may include not only current but also future legal developments such as changes to Frontex’s founding regulation. The Contractor does not necessarily need to be an entity composed of qualified lawyers (although tenders from law firms are also welcome) but needs to be an entity composed of experts on the Staff Regulations, related case-law, and its practical application or, in specific cases, on the HR processes.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : This framework contract duration is 2 years + 1 year + 1 year i.e. after the initial duration of 2 years the framework contract shall be automatically renewed no more than two times, each time for a period of one (1) year.

5.1.2 Place of performance

Town : Warszawa
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 450 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
Criterion :
Type : Quality
Name :
Description : 70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
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

Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

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 -
Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

5.1 Lot technical ID : LOT-0006

Title : LOT 6 - EU law (legal service providers)
Description : As an Agency of the European Union active in a continuously evolving European legal landscape, Frontex may also require legal advice on general Union law matters. This advice may concern both operational and institutional EU matters. Operational matters may concern, for example, advice on pioneering concepts related to border management or other EU law developments that Frontex faces in its daily activities. Frontex may engage advice related to complex Union acts as the ETIAS Regulation , the EBCG, the Schengen Borders Code , the Sea Rules or other numerous international instruments such as the International Convention for the Safety of Life at Sea, as well as other advice related to the law applicable to the Agency’s operation of technical equipment (e.g. aircraft). More broadly, legal advice could be drawn with respect to any of the new elements of EU law in the area of Justice and Home Affairs. Institutional matters may involve advice on, for example, the application of Protocol 7 to the Treaty on the Functioning of the European Union on the privileges and immunities of the European Union.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : This framework contract duration is 2 years + 1 year + 1 year i.e. after the initial duration of 2 years the framework contract shall be automatically renewed no more than two times, each time for a period of one (1) year.

5.1.2 Place of performance

Town : Warszawa
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 150 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
Criterion :
Type : Quality
Name :
Description : 70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 0
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

Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

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 -
Information about review deadlines : Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.

6. Results

Maximum value of the framework agreements in this notice : 1 350 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 500 000 Euro

6.1.2 Information about winners

Winner :
Official name : DWF Poland Jamka sp.k.
Tender :
Tender identifier : DWF Poland Jamka sp.k.
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : No
Contract information :
Identifier of the contract : CONTRACT FOR LOT1 CONTRACT FOR LOT 2
Date on which the winner was chosen : 29/11/2024 29/11/2024
Date of the conclusion of the contract : 19/12/2024 19/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : European Border and Coast Guard Agency (FRONTEX) European Border and Coast Guard Agency (FRONTEX)
Winner :
Official name : Hoogells Oleksiewicz sp.k.
Tender :
Tender identifier : Hoogells Oleksiewicz sp.k.
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting : No
Contract information :
Identifier of the contract : CONTRACT FOR LOT1 CONTRACT FOR LOT 2
Date on which the winner was chosen : 29/11/2024 29/11/2024
Date of the conclusion of the contract : 19/12/2024 19/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : European Border and Coast Guard Agency (FRONTEX) European Border and Coast Guard Agency (FRONTEX)
Winner :
Official name : KWKR Konieczny Wierzbicki i Partnerzy sp.k.a.
Tender :
Tender identifier : KWKR KONIECZNY WIERZBICKI I PARTNERZY SPOLKA KOMANDYTOWOAKCYJNA
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting : No
Contract information :
Identifier of the contract : CONTRACT FOR LOT1
Date on which the winner was chosen : 29/11/2024
Date of the conclusion of the contract : 19/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : European Border and Coast Guard Agency (FRONTEX)

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 850 000 Euro

6.1.2 Information about winners

Winner :
Official name : Deloitte Legal, Gizicki i Wspólnicy sp.k.
Tender :
Tender identifier : Deloitte Legal, Gizicki i Wspólnicy sp.k.
Identifier of lot or group of lots : LOT-0002
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting : No
Contract information :
Identifier of the contract : CONTRACT FOR LOT 2
Date on which the winner was chosen : 29/11/2024
Date of the conclusion of the contract : 19/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : European Border and Coast Guard Agency (FRONTEX)

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Hoogells Oleksiewicz sp.k.
Tenderer :
Official name : DWF Poland Jamka sp.k.

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0004

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0005

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0006

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : European Border and Coast Guard Agency (FRONTEX)
Registration number : FRONTEX
Postal address : Plac Europejski 6
Town : Warszawa
Postcode : 00-844
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +48 22 544 95 00
Roles of this organisation :
Buyer
Organisation signing the contract

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
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : DWF Poland Jamka sp.k.
Registration number : DWF
Postal address : Plac Stanisława Małachowskiego 2
Town : Warsaw
Postcode : 00-066
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Internet address : https://dwfgroup.com/pl-pl
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Hoogells Oleksiewicz sp.k.
Registration number : Hoogells
Postal address : Bobrowiecka 8
Town : Warsaw
Postcode : 00-728
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Internet address : https://hoogells.pl/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Deloitte Legal, Gizicki i Wspólnicy sp.k.
Registration number : Deloitte
Postal address : al. Jana Pawła II 22
Town : Warsaw
Postcode : 00-133
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0006

Official name : KWKR Konieczny Wierzbicki i Partnerzy sp.k.a.
Registration number : KWKR
Postal address : Kącik 4
Town : Kraków
Postcode : 00-133
Country subdivision (NUTS) : Miasto Kraków ( PL213 )
Country : Poland
Internet address : https://kwkr.pl/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : 151580-2025
Main reason for change : Buyer correction

10.1 Change

Section identifier : CON-0004
Description of changes : Contract for lot 2 has been awarded to the following companies: Hoogells Oleksiewicz sp.k. - 1st place, DWF Poland Jamka sp.k. - 2nd place and Deloitte Legal, Gizicki i Wspólnicy sp.k. -3rd place. In the original notice only Deloitte Legal, Gizicki i Wspólnicy sp.k. was mentioned as a winner for lot 2.

11. Notice information

11.1 Notice information

Notice identifier/version : d08ffdd1-81d0-4e84-9a2d-6cdc9fb4fe46 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/03/2025 10:04 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00154225-2025
OJ S issue number : 48/2025
Publication date : 10/03/2025