Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Implementation of a Multi-OMICs and Inter-species Workflow to Derive Human Reference Points and Health-based Guidance Values (HBGVs) from Quantitative in Vitro Data
Reference number: OC/EFSA/IDATA/2022/01
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The overarching goal of the project is to define, validate and apply a standardised workflow (experimental and computational) for deriving reliable human reference points and HBGVs using cutting edge in-vitro approaches, namely organ-on-a-chip (OoC) platforms and multiple OMICs endpoints (transcriptomics, metabolomics, epigenomics).
II.1.5)Estimated total valueValue excluding VAT: 3 250 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Implementation of a Multi-OMICs and Inter-species Workflow (Objective 1)
Lot No: 1
II.2.2)Additional CPV code(s)73000000 Research and development services and related consultancy services
II.2.3)Place of performanceNUTS code: ITH52 Parma
II.2.4)Description of the procurement:
• Objective 1: Implementation of a multi-OMICs and inter-species workflow. In phase one, a set of data-rich substances will be selected (6 to 12 compounds) and used for an extensive toxicological screening based on OoC and multi-OMICs profiling (transcriptomics, epigenomics, metabolomics). Selected substances will include legacy hazards in food/feed and compounds/nutrients with positive health claims (e.g. resveratrol, to be used to verify applicability of OMICs in assessing beneficial dietary effects). The experimental design will be largely based on the procedures established in EU ToxRisk.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 3 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot 2 – Inference of Chemical Grouping from Processed OMICS Data in CTD (Objective 2)
Lot No: 2
II.2.2)Additional CPV code(s)73000000 Research and development services and related consultancy services
II.2.3)Place of performanceNUTS code: ITH52 Parma
II.2.4)Description of the procurement:
• Objective 2: Inference of chemical grouping from processed OMICS data in the comparative toxicogenomics database (CTD).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
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 registersList and brief description of conditions:
As stated in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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 IV.2.2)Time limit for receipt of tenders or requests to participateDate: 15/06/2022
Local time: 14:30
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, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 16/06/2022
Local time: 14:30
Place:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
‘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.5)Date of dispatch of this notice:21/03/2022