Map Production services

This multiple framework contract (cascade) with up to three contractors is aiming at covering Frontex’ needs for map production for four years. The minimum requirements for the maps to be produced have been defined in Annex 2 – Terms of Reference. The service for map production shall be performed extra …

CPV: 71351000 Geological, geophysical and other scientific prospecting services, 22114300 Maps, 22114310 Cadastral maps, 30221000 Digital cadastral maps, 71356000 Technical services
Deadline:
Sept. 30, 2025, 4 p.m.
Deadline type:
Submitting a bid
Place of execution:
Map Production services
Awarding body:
European Border and Coast Guard Agency (FRONTEX)
Award number:
FRONTEX/2025/OP/0025

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 : Map Production services
Description : This multiple framework contract (cascade) with up to three contractors is aiming at covering Frontex’ needs for map production for four years. The minimum requirements for the maps to be produced have been defined in Annex 2 – Terms of Reference. The service for map production shall be performed extra muros and delivered to Frontex via email in indicated formats. In some cases also hard copies delivery might be requested to Frontex HQ. This framework contract will be implemented by specific contracts covering bulk orders for a certain period of time. For more information please see attached Terms of Reference.
Procedure identifier : 292c8a41-f2c0-4105-865b-0cbe3f61c9f1
Internal identifier : FRONTEX/2025/OP/0025
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services

2.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

2.1.3 Value

Estimated value excluding VAT : 4 000 000 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) 2024/2509

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Map Production services
Description : This multiple framework contract (cascade) with up to three contractors is aiming at covering Frontex’ needs for map production for four years. The minimum requirements for the maps to be produced have been defined in Annex 2 – Terms of Reference. The service for map production shall be performed extra muros and delivered to Frontex via email in indicated formats. In some cases also hard copies delivery might be requested to Frontex HQ. This framework contract will be implemented by specific contracts covering bulk orders for a certain period of time. For more information please see attached Terms of Reference.
Internal identifier : FRONTEX/2025/OP/0025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351000 Geological, geophysical and other scientific prospecting services
Additional classification ( cpv ): 22114300 Maps
Additional classification ( cpv ): 22114310 Cadastral maps
Additional classification ( cpv ): 30221000 Digital cadastral maps
Additional classification ( cpv ): 71356000 Technical services

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 24 (twenty-four) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

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 : 30/09/2025 16:00 +02:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 01/10/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
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
Organisation providing more information on the review procedures : European Border and Coast Guard Agency (FRONTEX)

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.INTEL - EIBM Intelligence Division,FRONTEX.MB.AD.INTEL.FUSION - Fusion 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
Organisation providing more information on the review procedures

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 : 281b8fda-24eb-4aee-a5c6-18df657aa29f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2025 12:29 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00561373-2025
OJ S issue number : 164/2025
Publication date : 28/08/2025