1. Buyer
1.1.
Buyer
Official name: European Medicines Agency, MED - European Medicines Agency
Legal type of the buyer: EU institution, body or agency
Activity of the contracting authority: General public services
2. Procedure
2.1.
Procedure
Title: DARWIN EU® Coordination Centre 2
Description: The services to be delivered by this procedure include the operation and maintenance of the DARWIN EU® Coordination Centre, the onboarding and maintenance of data partners, conduct of non-interventional studies in compliance with applicable Union data protection rules for a maximum period of five years (1+2+2 years).
Procedure identifier: d1f55919-c8de-462c-b696-b15e069fbc72
Internal identifier: EMA/2025/CPN/0009
Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 73110000 Research services
2.1.2.
Place of performance
Anywhere in the European Economic Area
Additional information: Please consult the procurement documents.
2.1.3.
Value
Estimated value excluding VAT: 65 000 000,00 EUR
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
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: DARWIN EU® Coordination Centre 2
Description: The services to be delivered by this procedure include the operation and maintenance of the DARWIN EU® Coordination Centre, the onboarding and maintenance of data partners, conduct of non-interventional studies in compliance with applicable Union data protection rules for a maximum period of five years (1+2+2 years).
Internal identifier: EMA/2025/CPN/0009
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 73110000 Research services
Additional classification (cpv): 72316000 Data analysis services, 72322000 Data management services, 73200000 Research and development consultancy services, 73300000 Design and execution of research and development, 79330000 Statistical 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
Anywhere in the European Economic Area
Additional information: Please consult the procurement documents.
5.1.3.
Estimated duration
Duration: 60 Months
5.1.4.
Renewal
Maximum renewals: 2
Other information about renewals: The framework contract is concluded for an initial period of 12 (twelve) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.
5.1.5.
Value
Estimated value excluding VAT: 65 000 000,00 EUR
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: 180414-2026
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
Information about the second stage of a two-stage procedure:
Minimum number of candidates to be invited for the second stage of the procedure: 3
Maximum number of candidates to be invited for the second stage of the procedure: 10
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations
5.1.10.
Award criteria
Criterion:
Type: Quality
Description: Please consult the procurement documents.
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 70
Criterion:
Type: Price
Description: Please consult the procurement documents.
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 30
5.1.11.
Procurement documents
Ad hoc communication channel:
Name: Funding and Tenders Portal
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 requests to participate: 15/06/2026 16:00:59 (UTC+02:00) Eastern European Time, Central European Summer Time
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
Justification for the duration of the framework agreement: Additional duration is required to ensure the network reaches full operational capacity and service delivery, taking into account the transition and handover phases.
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 Medicines Agency, MED - European Medicines Agency
8. Organisations
8.1.
ORG-0001
Official name: European Medicines Agency, MED - European Medicines Agency
Registration number: EMEA
Postal address: Domenico Scarlattilaan 6
Town: Amsterdam
Postcode: NL-1083
Country subdivision (NUTS): Groot-Amsterdam (NL32B)
Country: Netherlands
Telephone: +44 20 7418 8400
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
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 identifier/version: 8e7fdb8a-6f66-4e2f-8e93-92234e8ef916 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 13/05/2026 14:27:23 (UTC+02:00) Eastern European Time, Central European Summer Time
Languages in which this notice is officially available: English
Notice publication number: 330958-2026
OJ S issue number: 93/2026
Publication date: 15/05/2026