Dienstleistungen - 622833-2020

23/12/2020    S250

Malta-Valletta: Provision of MedCOI Quality Assurance Services and Comparative Legal Research

2020/S 250-622833

Contract notice

Services

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

Section I: Contracting authority

I.1)Name and addresses
Official name: European Asylum Support Office
Postal address: Winemakers Wharf, Grand Harbour
Town: Valletta
NUTS code: MT0 MALTA
Postal code: MRS 1917
Country: Malta
E-mail: contracts@easo.europa.eu
Internet address(es):
Main address: https://www.easo.europa.eu
Address of the buyer profile: https://www.easo.europa.eu/about-us/procurement
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=7409
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=7409
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Asylum

Section II: Object

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

Provision of MedCOI Quality Assurance Services and Comparative Legal Research

Reference number: EASO/2020/816
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:

Lot 1: MedCOI external quality audits/verifications;

Lot 2: MedCOI Satisfaction Surveys and overall MEDCOI services’ quality review;

Lot 3: MedCOI Policy research/state practices and case law analysis.

II.1.5)Estimated total value
Value excluding VAT: 425 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Lot 1: MedCOI External Quality Audits/Verifications

Lot No: 1
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: MT MALTA
Main site or place of performance:

The services will be performed at the following locations:

— the contractor's premises;

— EASO premises;

— Any other location deemed necessary for the execution of tasks in the technical specifications.

II.2.4)Description of the procurement:

Lot 1 concerns verification research in countries of origin and verification reports of two types of underlying reports made by EASO MedCOI Sector:

• individual medical availability requests/answers: short strictly medical reports (in most of the cases 1 to 5 pages) about medical treatment and medication options in a specific country for a specific individual case;

• individual accessibility requests/answers: short reports (in most of the cases 1 to 5 pages) about mainly economic access to specific treatments and medication options in a specific country; e.g. prices of medication, treatments and coverage options for a specific individual.

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: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

See internet address provided in section I.3).

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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 2 concerns satisfaction surveys and interviews (and related reports with results) with users and staff of MedCOI and reviewing existing internal and external quality related measures.

Lot No: 2
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: MT MALTA
Main site or place of performance:

The services will be performed at the following locations:

— the contractor's premises;

— EASO premises;

— Any other location deemed necessary for the execution of tasks in the technical specifications.

II.2.4)Description of the procurement:

Lot 2 concerns satisfaction surveys and interviews (and related reports with results) with users and staff of MedCOI and reviewing existing internal and external quality related measures.

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: 95 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

See internet address provided in section I.3).

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: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 3: MedCOI Policy Research/State Practices and Case Law Analysis

Lot No: 3
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: MT MALTA
Main site or place of performance:

The services will be performed at the following locations:

— the contractor's premises;

— EASO premises;

— Any other location deemed necessary for the execution of tasks in the tender specifications.

II.2.4)Description of the procurement:

Lot 3 concerns research and reports on the state practices and jurisprudence/case law related to MedCOI.

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: 130 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

See internet address provided in section I.3).

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: 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 registers
List and brief description of conditions:

See internet address provided 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:

See Internet address provided 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
The 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 participate
Date: 04/02/2021
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 05/02/2021
Local time: 10:00
Place:

European Asylum Support Office, Winemakers Wharf, Grand Harbour Valletta, MRS 1917, MALTA.

Information about authorised persons and opening procedure:

A maximum of two representatives per tender may attend the opening session. For organisational and security reasons the tenderer must provide the full name, date of birth, nationality and ID or passport number of the representatives at least two working days in advance to: contracts@easo.europa.eu

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in section I.3).

VI.5)Date of dispatch of this notice:
16/12/2020