Services - 13100-2022

Submission deadline has been amended by:  107823-2022
11/01/2022    S7

Belgium-Brussels: HADEA/2021/OP/0010 - Service Contract to Identify Obstacles to Vaccination of Physical, Practical or Administrative Nature and Develop Recommendations

2022/S 007-013100

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Health and Digital Executive Agency (HaDEA), HADEA.A - Health and Food
Postal address: COV2, Place Charles Rogier 16
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1210
Country: Belgium
E-mail: HADEA-PROCELL@ec.europa.eu
Internet address(es):
Main address: https://hadea.ec.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=9365
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=9365
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

HADEA/2021/OP/0010 - Service Contract to Identify Obstacles to Vaccination of Physical, Practical or Administrative Nature and Develop Recommendations

Reference number: HADEA/2021/OP/0010
II.1.2)Main CPV code
73110000 Research services
II.1.3)Type of contract
Services
II.1.4)Short description:

The main objective of this tender is to support EU Member States in overcoming obstacles to vaccination:

1. carry out a mapping of vaccination services in all EU Member States to identify obstacles to vaccination of physical, practical and administrative nature;

2. assess, on the basis of a large-scale survey among EU citizens in all EU Member States and a survey among health professionals in EU Member States, to what extent these obstacles have a negative impact on vaccination coverage rates;

3. identify, on the basis of criteria developed by the Commission, best practices developed by EU Member States to overcome such obstacles;

4. organise onsite-visits to the EU Member States from which best practices have been identified, for the other EU Member States to learn about those

5. pilot best practices in volunteering EU Member States; and

6. develop final recommendations for overcoming obstacles to vaccination of physical, practical and administrative nature.

II.1.5)Estimated total value
Value excluding VAT: 5 250 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
73100000 Research and experimental development services
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

Premises of the contractor and remote work.

II.2.4)Description of the procurement:

Service contract to identify obstacles to vaccination of physical, practical or administrative nature and develop recommendations.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

EU4Health Programme

II.2.14)Additional information

Please consult the procurement documents available at the address indicated in Section I.3).

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Please consult the procurement documents available at the address indicated in Section I.3).

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in Section I.3).

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 211-549091
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/03/2022
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/03/2022
Local time: 11:00
Place:

The opening will be held as an online meeting.

COV2, Place Charles Rogier 16, 1210 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Please consult the procurement documents available at the address indicated in Section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last five calendar days before the time limit for receipt indicated in Section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section I.3), 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 I.3) in order to get notified when new information or documents are published.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in Section I.3).

VI.5)Date of dispatch of this notice:
04/01/2022