Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
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
I.5)Main activityEnvironment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Medical Services to the European Environment Agency and the European Commission Representation in Denmark
Reference number: EEA/ADS/20/017
II.1.2)Main CPV code85141000 Services provided by medical personnel
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this inter-institutional call for tenders is to establish framework contract(s) with (an) economic operator(s) who will provide medical services including ergonomics to the EEA and the European Commission, Representation in Denmark and/or a tailored wellbeing programme.
II.1.5)Estimated total valueValue excluding VAT: 752 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.1)Title:
Medical Services Including Ergonomics
Lot No: 1
II.2.2)Additional CPV code(s)85141000 Services provided by medical personnel
85147000 Company health services
85121000 Medical practice services
II.2.3)Place of performanceNUTS code: DK011 Byen København
Main site or place of performance:
The services shall be delivered at the contractor’s premises, unless indicated otherwise in the respective order forms.
II.2.4)Description of the procurement:
The contracting authorities consider that they will require the provision of various services within the medical services:
— perform pre-recruitment examinations of prospective new employees on their aptitude or non-aptitude for employment;
— carry-out medical check-ups every year offered to all staff members to detect or prevent any health issues and/or illness;
— advise on compliance with regulatory framework according to the SR and CEOS by the Medical adviser;
— data collection and maintenance of medical files of staff members accessible to the medical adviser and concerned staff member, only by authorisation of the former;
— carry-out preventive health testing/vaccination campaigns (e.g. seasonal flu vaccination);
— providing on-site ergonomic assessments of workstation in the offices of the contracting authorities upon request by Human Resource management (HRM);
— consulting with medical experts (medical adviser, psychologist, occupational health therapist);
— providing administrative service (invoicing, correspondence, verification, and certification of medical test results, etc.).
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 valueValue excluding VAT: 717 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The successful tenderer(s) will be awarded a framework service contract for an initial period of 24 (twenty-four) months, starting from the date of signature, with the possibility of maximum one renewal for another period of 24 (twenty-four) 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: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)85140000 Miscellaneous health services
II.2.3)Place of performanceNUTS code: DK011 Byen København
Main site or place of performance:
The services shall be delivered at the contractor’s premises, unless indicated otherwise in the respective order forms.
II.2.4)Description of the procurement:
By reference to the background information provided under section I.2) of the tender specifications, the contracting authorities expect the future contractor to provide the following services:
— provide consultation on methodology and strategic choices for a wellbeing programme;
— carry-out an initial stock-taking assessment of existing initiatives addressing wellbeing and their effectiveness;
— present a wellbeing programme that is limited in time of 4-6 months and involves both staff and management;
— run a series of workshops and other interactive tools that aim at engaging and strengthening the entire organisation within an increasingly volatile working climate;
— monitor and report regularly on progress;
— roll-out of a regular individual check-in with staff on wellbeing status, with option for follow-up consultation (max. 3 sessions);
— prepare a final project report.
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 valueValue excluding VAT: 35 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The successful tenderer(s) will be awarded a framework service contract for an initial period of 24 (twenty-four) months, starting from the date of signature, with the possibility of maximum one renewal for another period of 24 (twenty-four) 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: 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
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 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 participateDate: 19/11/2020
Local time: 14:00
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: 20/11/2020
Local time: 10:00
Place:
EEA premises at Kongens Nytorv 6, 1050 Copenhagen K, DENMARK.
Information about authorised persons and opening procedure:
Representatives of tenderers (one per tenderer) are allowed to participate in the opening session. They are requested to inform EEA's procurement services in advance and at the latest by 18 November 2020 by email at procurement@eea.europa.eu
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information: VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff (date of receipt), or, in the absence thereof, the day when the person concerned had knowledge of the relevant information, an appeal may be lodged with the Court of Justice of the European Union.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:13/10/2020