Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addressesOfficial name: ÖBB-Holding AG mit allen verbundenen Unternehmen
Postal address: Am Hauptbahnhof 2
Town: Wien
NUTS code:
AT ÖsterreichPostal code: 1100
Country: Austria
Contact person: ÖBB–Business Competence Center GmbH, Lassallestraße 5, Konzerneinkauf, 1020 Wien
E-mail:
angelika.sagmeister@oebb.atInternet address(es): Main address:
www.oebb.at I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.provia.atAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via:
www.provia.atTenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityRailway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Vorsorge für eine mögliche Wiederkehr des Betriebs von COVID-19 Teststraßen an ÖBB-Standorten
Reference number: 98724
II.1.2)Main CPV code85140000 Miscellaneous health services
II.1.3)Type of contractServices
II.1.4)Short description:
Es wird klar hervorgehoben, dass der Leistungsgegenstand das bedarfsorientierte Hochfahren für den Betrieb von
Teststraßen an ÖBB-Standorten, im Falle eines Wiederauflebens bzw. sich Verschlechterns der COVID-19-Situation,
ist.
Auf Grund des Laufzeitendes von Rahmenvereinbarungen für den Betrieb von
Teststraßen an zumindest 7 Standorten in ganz Österreich im März 2023 ist eine
entsprechende Nachfolgeregelung zu implementieren, um im Fall einer geänderten
epidemiologischen Lage Covid-19 Teststraßen kurzfristig in Betrieb nehmen zu
können.
Auftraggeber ist die ÖBB-Holding AG mit allen verbundenen Unternehmen, ohne markanten Hauptnutzer, alle
vertreten durch die ÖBB-Business Competence Center GmbH.
II.1.5)Estimated total value
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:
Vorsorge für eine mögliche Wiederkehr des Betriebs von COVID-19 Teststraßen an ÖBB-Standorten Wien und Niederösterreich
Lot No: 1
II.2.2)Additional CPV code(s)85100000 Health services
II.2.3)Place of performanceNUTS code: AT Österreich
Main site or place of performance:
Wien und Niederösterreich
II.2.4)Description of the procurement:
Vorsorge für eine mögliche Wiederkehr des Betriebs von COVID-19 Teststraßen an ÖBB-Standorten Wien und Niederösterreich
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 systemStart: 01/09/2023
End: 31/08/2025
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:
Vorsorge für eine mögliche Wiederkehr des Betriebs von COVID-19 Teststraßen an ÖBB-Standorten Oberösterreich, Salzburg, Tirol, Vorarlberg, Kärnten, Steiermark
Lot No: 2
II.2.2)Additional CPV code(s)85100000 Health services
II.2.3)Place of performanceNUTS code: AT Österreich
Main site or place of performance:
Oberösterreich, Salzburg, Tirol, Vorarlberg, Kärnten, Steiermark
II.2.4)Description of the procurement:
Vorsorge für eine mögliche Wiederkehr des Betriebs von COVID-19 Teststraßen an ÖBB-Standorten Oberösterreich, Salzburg, Tirol, Vorarlberg, Kärnten, Steiermark
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 systemStart: 01/09/2023
End: 31/08/2025
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:
III.1.2)Economic and financial standingList and brief description of selection criteria:
III.1.3)Technical and professional abilityList and brief description of selection criteria:
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
III.1.6)Deposits and guarantees required: III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: III.2)Conditions related to the contract
III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureNegotiated procedure with prior call for competition
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: 2
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 participateDate: 06/06/2023
Local time: 11:00
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:German
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Bundesverwaltungsgericht
Postal address: Erdbergstraße 192 - 196
Town: Wien
Postal code: 1030
Country: Austria
VI.4.2)Body responsible for mediation proceduresOfficial name: Bundesverwaltungsgericht
Postal address: Erdbergstraße 192 - 196
Town: Wien
Postal code: 1030
Country: Austria
VI.5)Date of dispatch of this notice:22/05/2023