Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 145422-2021

24/03/2021    S58

Luxembourg-Luxembourg: COVID-19 tests for the European Court of Auditors

2021/S 058-145422

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
NUTS code: LU Luxembourg
Postal code: L-1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47157
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.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=8115
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=8115
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

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

COVID-19 tests for the European Court of Auditors

Reference number: AO 766
II.1.2)Main CPV code
85145000 Services provided by medical laboratories
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of this invitation to tender is to enter into a framework service contract with a medical analysis laboratory in order to carry out COVID-19 tests (mainly of RT-PCR SARS-CoV-2 type) for some of the staff at the European Court of Auditors in one of the Court's buildings in Luxembourg-Kirchberg. The technical clauses relating to the contract detailing the scope of the contract and the conditions for its performance are set out in part B of these specifications.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
85111810 Blood analysis services
85148000 Medical analysis services
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

European Court of Auditors, 12, rue Alcide de Gasperi, L-1615 Luxembourg, LUXEMBOURG.

II.2.4)Description of the procurement:

The contractor must be a medical analysis laboratory which has the capacity to:

a) provide one or more qualified nurses to take nasopharyngeal samples;

b) carry out PCR test diagnostics in the laboratory on samples taken to determine whether a person has contracted the Sars-Cov-2 virus;

c) communicate the results within the deadlines indicated above.

The tests to be carried out are mainly the COVID-19 RT-PCRs (Reverse Transcriptase — polymerase chain reaction), only carried out on a nasopharyngeal sample taken with the appropriate swab. The Court reserves the right to order RT-PCR tests to detect COVID-19 mutations/variants/strains once this type of test is developed and available on the market. Exceptionally, the Court could order other types of tests from the contractor, these include:

a) serological blood tests for COVID-19;

b) rapid salivary or nasolabial/ pharyngeal antigen tests (patient self-sampling) – this does not relate to RATs carried out by a nurse;

c) RT-PCR tests carried out on saliva samples (patient self-sampling);

d) rapid RT-PCR tests (patient self-sampling or samples taken by the contractor's nurse) (‘Nasenbohrtest’).

All tests must be authorised in Luxembourg by the Ministry of Health.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The contract can be renewed twice for respective periods of twelve months, by signing an additional agreement no later than two months before the expiry of the 2nd (3rd) contractual year, if the maximum value of EUR 400 000 has not then been attained.

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:

The general budget of the European Union.

II.2.14)Additional information

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:

Tenderers must prove that they have legal capacity to implement the contract and the regulatory capacity to pursue the professional activity necessary to carry out the work subject to this call for tenders.

The initial assessment to determine whether a tenderer meets the selection criteria for legal and regulatory capacity will be made on the basis of the declaration(s) submitted.

Legal and regulatory capacity must be proven by means of the supporting documentation listed below:

— solemn declaration appearing in the tender dossier, duly signed and dated by a representative authorised to bind the company and/or the consortium;

— authorisation, issued by the Luxembourg Ministry of Health or by the competent authority of another Member State, to open and operate a laboratory for biological analyses of medical nature. With regards to Luxembourg, this authorisation is issued in application of the law of 16.7.1984 on medical analysis laboratories, and the Grand-Ducal regulation of 27.5.2004 determining the minimum criteria to be observed in the context of global activities implemented through a medical analysis laboratory.

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

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/04/2021
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
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: 26/04/2021
Local time: 11:00
Place:

Either the European Court of Auditors, 12, rue Alcide de Gasperi, Luxembourg, LUXEMBOURG. Kirchberg either online using the platform Microsoft Teams.

Information about authorised persons and opening procedure:

A maximum of one representative per tender may attend the tender opening session.

For organisational and security reasons, the tenderer must send, the full names and ID card or passport numbers of its representatives to: eca-procurement.service@eca.europa.eu at least 2 working days in advance

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Any additional information will be sent via the ‘e-Tendering’ platform. Any request for additional information must be made in writing solely via the eTendering website at (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=8115) in the ‘Questions and Answers’ tab, by clicking on ‘Create a question’.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within two months of the plaintiff being notified or, failing this, of the date on which it became known to the plaintiff. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Court of Auditors, Service des appels d'offres et contrats
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: L-1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47157
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
12/03/2021