Services - 402209-2022

25/07/2022    S141

Belgium-Brussels: HADEA/2022/OP/0017 EU – Preparedness: Planning, Reporting and Training Programmes for Health Specialists

2022/S 141-402209

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Health and Digital Executive Agency (HaDEA), HADEA.A.2 - EU4Health/SMP Food
Postal address: COV2, Place Charles Rogier 16
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1210
Country: Belgium
E-mail: hadea-procell@ec.europa.eu
Internet address(es):
Main address: https://hadea.ec.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=11669
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=11669
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

HADEA/2022/OP/0017 EU – Preparedness: Planning, Reporting and Training Programmes for Health Specialists

Reference number: HADEA/2022/OP/0017
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

EU preparedness: planning, reporting and training programmes for health specialists.

II.1.5)Estimated total value
Value excluding VAT: 5 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Main site or place of performance:

Please consult the procurement documents available at the address indicated in Section I.3).

II.2.4)Description of the procurement:

The subject of this call for tenders is to organise training programmes for health specialists on development, implementation, monitoring and evaluation of national and EU preparedness plans to support the enhancement of existing pandemic preparedness capacities and capabilities coupled with a comprehensive and transparent framework for reporting and assessment.

The training activities are addressed to health specialists working in health sectors and other sectors, to ensure the public health surge capacity; focusing on the essential services, involving the organisations, which do and will contribute to crisis management, including front-line services, intermediate and national level preparedness planers.

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: 5 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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: yes
Identification of the project:

Regulation (EU) 2021/522 establishing a programme for the Union’s action in the field of health (‘EU4Health Programme’) for the period 2021-2027.

II.2.14)Additional information

Please consult the procurement documents available at the address indicated in Section I.3).

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:

Please consult the procurement documents available at the address indicated 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:

Please consult the procurement documents available at the address indicated 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
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: 23/09/2022
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: 27/09/2022
Local time: 11:00
Place:

Tenders will be opened electronically on the date and time indicated in the contract notice. It is possible to attend the opening by videoconference.

Information about authorised persons and opening procedure:

Please consult the procurement documents available at the address indicated in Section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in Section I.3).

VI.5)Date of dispatch of this notice:
18/07/2022