Facilities and equipment for the organisation of training on the use of force

The contract covers provision of the training facilities and necessary equipment/consumables/support for Use of Force (UOF) trainings in the thematic field related with the firearms and restraint techniques training. More specifically, the contractor shall provide 1) a shooting range with all necessary equipment/consumables for training on the use of firearms …

CPV: 80520000 Mācību telpas, 80000000 Izglītības un mācību pakalpojumi
Termiņš:
2025. gada 27. oktobris, 12:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Facilities and equipment for the organisation of training on the use of force
Piešķīrēja iestāde:
European Border and Coast Guard Agency (FRONTEX)
Piešķīruma numurs:
FRONTEX/2025/OP/0039

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 : Facilities and equipment for the organisation of training on the use of force
Description : The contract covers provision of the training facilities and necessary equipment/consumables/support for Use of Force (UOF) trainings in the thematic field related with the firearms and restraint techniques training. More specifically, the contractor shall provide 1) a shooting range with all necessary equipment/consumables for training on the use of firearms and 2) facilities for restraint techniques training.
Procedure identifier : 556b3fb4-477b-415c-bdac-0ac56f1714cb
Internal identifier : FRONTEX/2025/OP/0039
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80520000 Training facilities

2.1.2 Place of performance

Country : Poland
Anywhere in the given country
Additional information : Please consult the procurement documents.

2.1.3 Value

Estimated value excluding VAT : 3 000 000 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

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of facilities, equipment and ammunition for firearms training
Description : Provision of facilities (shooting range), equipment and ammunition for firearms training
Internal identifier : FRONTEX/2025/OP/0039-LOT-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80000000 Education and training services
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.2 Place of performance

Country : Poland
Anywhere in the given country
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
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 : 2 300 000 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

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 27/10/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 28/10/2025 12:00 +01:00
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 : 1
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)

5.1 Lot technical ID : LOT-0002

Title : Provision of facilities and equipment for restraint techniques training
Description : Provision of facilities and equipment for restraint techniques training
Internal identifier : FRONTEX/2025/OP/0039-LOT-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80520000 Training facilities
Additional classification ( cpv ): 80000000 Education and training services
Options :
Description of the options : provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

5.1.2 Place of performance

Country : Poland
Anywhere in the given country
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
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 : 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

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 27/10/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 28/10/2025 12:00 +01:00
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 : 1
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.CAP - Capabilities Directorate,FRONTEX.MB.AD.CAP.PERSONNEL - Human Capital Division,FRONTEX.MB.AD.CAP.PERSONNEL.ACADEMY - European Border and Coast Guard Academy
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 : d95ee478-4d77-4a5a-ac03-396d084f5863 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/09/2025 09:05 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00624986-2025
OJ S issue number : 183/2025
Publication date : 24/09/2025