We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 283838-2018

03/07/2018    S125

Sweden-Solna: External quality assessment of antimicrobial susceptibility testing for Salmonella and Campylobacter

2018/S 125-283838

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Centre for Disease Prevention and Control
Town: Solna
NUTS code: SE SVERIGE
Postal code: 16973
Country: Sweden
Contact person: Procurement Back Office
E-mail: ECDC.procurement@ecdc.europa.eu
Internet address(es):
Main address: http://www.ecdc.europa.eu
Address of the buyer profile: http://ecdc.europa.eu/en/aboutus/calls/Pages/procurementsandgrants.aspx
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=3815
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=3815
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Health

Section II: Object

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

External quality assessment of antimicrobial susceptibility testing for Salmonella and Campylobacter

Reference number: OJ/2018/OCS/8959
II.1.2)Main CPV code
85100000 Health services
II.1.3)Type of contract
Services
II.1.4)Short description:

The scope of the contract is the provision of EQA schemes to support the EU-level surveillance objectives for antimicrobial resistance in Salmonella Enterica (Lot 1) and Campylobacter Jejuni /C. coli (Lot 2) (see section 2.1).

II.1.5)Estimated total value
Value excluding VAT: 280 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:

EQA for Salmonella Enterica

Lot No: 1
II.2.2)Additional CPV code(s)
85100000 Health services
II.2.3)Place of performance
NUTS code: SE SVERIGE
Main site or place of performance:

Contractor's premises.

II.2.4)Description of the procurement:

Lot 1: covers the organisation of an EQA exercise for sero-typing and antimicrobial susceptibility testing including detection and confirmation of ESBL, acquired AmpC, and Carbapenemase-producing Salmonella Enterica.

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: 164 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

EQA for Campylobacter

Lot No: 2
II.2.2)Additional CPV code(s)
85100000 Health services
II.2.3)Place of performance
NUTS code: SE SVERIGE
Main site or place of performance:

Contractor's premises.

II.2.4)Description of the procurement:

Lot 2: covers the organisation of an EQA exercise for species identification and antimicrobial susceptibility testing for Campylobacter Jejuni and C. Coli.

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: 116 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: 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 registers
List and brief description of conditions:

See internet address provided 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:

See internet address provided in Section I.3.

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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/09/2018
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: 25/09/2018
Local time: 10:00
Information about authorised persons and opening procedure:

See internet address provided in Section I.3.

Section VI: Complementary information

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

See internet address provided in Section I.3.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 43031
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in Section I.3.

VI.5)Date of dispatch of this notice:
26/06/2018