Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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:
Athena 18-1: In Theatre Airmedical Evacuation Services for the European Union Land Military Operations and Missions in Africa
Reference number: ATHENA 18-1
II.1.2)Main CPV code60440000 Aerial and related services
II.1.3)Type of contractServices
II.1.4)Short description:
Athena seeks economic operators (hereafter the “tenderer(s)") interested and able to provide in theatre Airmedevac services to evacuate patients from the point of injury to the initial medical treatment facility (Role 2) or transfer patients between in — theatre medical treatment facilities.
Airmedevac is the movement of patients using dedicated aircraft under medical supervision to medical treatment facilities. This requires skilled medical personnel and specific assets.
II.1.5)Estimated total valueValue excluding VAT: 40 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE BELGIQUE-BELGIË
II.2.4)Description of the procurement:
The present call for tenders relates to the provision of in-theatre aeromedical evacuation services with the tenderers as “contract integrators” integrating all services and providing a turn-key service solution.
As a result of the present procurement open procedure and subject to the approval of the Athena Special Committee, Athena will sign multiple frameworks contracts (FWC) with the successful tenders. The number of contractors for the multiple FWC will be 3.
The multiple FWC may take the form of separate specific contracts signed in identical terms with each contractor.
The requirements of each specific contract for services will clearly differ when it comes to the exact location, duration, size, set-up, security, risk, ease of access, etc. The tenderers must therefore be able to handle a very different set of requirements for each situation.
Specific contract based on the framework contract will be awarded in accordance with the terms of the FWC.
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: 48
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.1.2)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
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.2.2)Time limit for receipt of tenders or requests to participateDate: 05/12/2018
Local time: 00:00
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:English, French
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: 11/12/2018
Local time: 15:00
Place:
The conditions are mentionned in the Invitation for tender.
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: Tribunal de première instance de Bruxelles
Postal address: Place Poelaert 1
Town: Bruxelles
Postal code: 1000
Country: Belgium
VI.4.2)Body responsible for mediation proceduresOfficial name: Athena Special Committee
Postal address: rue de la Loi 175
Town: Bruxelles
Postal code: 1048
Country: Belgium
E-mail:
athena.mechanism@consilium.europa.euTelephone: +32 2816714
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:24/10/2018