Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission — Office de Gestion et de Liquidation des Droits Individuels
Postal address: MERO 09/31
Town: Brussels
NUTS code:
BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk GewestPostal code: 1049
Country: Belgium
E-mail:
pmo-call-for-tenders@ec.europa.euInternet address(es): Main address:
http://ec.europa.eu I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Expert Medical and Dental Officer Services for the Settlement Office of the European Union’s Joint Sickness Insurance Scheme (JSIS) in Luxembourg
Reference number: PMO-OP-2020-0007
II.1.2)Main CPV code85100000 Health services
II.1.3)Type of contractServices
II.1.4)Short description:
Expert medical and dental officer services for the Settlement Office of the European Union’s Joint Sickness Insurance Scheme (JSIS) in Luxembourg
Lot 1: Expert medical officer services in Luxembourg,
Lot 2: Expert dental officer services in Luxembourg.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:
Expert Medical Officer Services in Luxembourg
Lot No: 1
II.2.2)Additional CPV code(s)85100000 Health services
II.2.3)Place of performanceNUTS code: LU00 Luxembourg
II.2.4)Description of the procurement:
Medical officers are consulted in connection with requests for prior authorisation in all the cases provided for in the regulations and at the request of the Settlements Offices for specific questions.
The opinion of the medical officer is a medical opinion delivered on the basis of the medical data relating to the insured person in that officer’s possession, information supplied by the insured person’s own doctor, the results of medical and scientific research and, if necessary, after consulting the Medical Council.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Initial duration 24 months, tacit renewal twice for 12 months.
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: yes
Identification of the project:
EU Administrative Credits.
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Expert Dental Officer Services in Luxembourg
Lot No: 2
II.2.2)Additional CPV code(s)85100000 Health services
II.2.3)Place of performanceNUTS code: LU00 Luxembourg
II.2.4)Description of the procurement:
Dental officers provide opinions after examining the supporting documents in the light of the regulations, e.g.:
• the opinion of the dental officer is required on dental estimates before certain treatments: dental prostheses, implants, orthodontic, periodontal and dental occlusion treatment;
• assigning codes to services referred to on dental estimates, using the nomenclature in force;
• dental officers will consistently help the staff of the Settlements Office to determine the code to be used for charging, based in particular on the wording of legislation and/or the national nomenclature used in the original invoice (e.g. classification of surgical operations, itemising of treatment).
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Initial duration 24 months, tacit renewal twice for 12 months.
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: yes
Identification of the project:
EU Administrative Credits
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
III.2)Conditions related to the contract
III.2.1)Information about a particular professionExecution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Service reserved to the medical professionals (certificate issued by the Council of the College of Physicians with valid registration number).
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 22/02/2021
Local time: 12:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 23/02/2021
Local time: 10:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:14/01/2021