RMS/250730 Medical services (ceiling increase)

Exceptional negotiate procedure resulting in an amendment in order to increase the ceiling of 50% (360.000) for FWC ECDC/2023/042 for a new total of: 1,080,000 Exceptional negotiate procedure resulting in an amendment in order to increase the ceiling of 50% (360.000) for FWC ECDC/2023/042 for a new total of: 1,080,000

CPV: 85120000 Storitve zdravniških ordinacij in z njimi povezane storitve
Kraj izvršitve:
RMS/250730 Medical services (ceiling increase)
Organ za podeljevanje:
European Centre for Disease Prevention and Control
Številka dodelitve:
ECDC/2025/NP/0008

1. Buyer

1.1 Buyer

Official name : European Centre for Disease Prevention and Control
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : RMS/250730 Medical services (ceiling increase)
Description : Exceptional negotiate procedure resulting in an amendment in order to increase the ceiling of 50% (360.000) for FWC ECDC/2023/042 for a new total of: 1,080,000
Procedure identifier : 03208838-4016-4cf9-9153-587de7936abe
Internal identifier : ECDC/2025/NP/0008
Type of procedure : Negotiated without prior call for competition
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85120000 Medical practice and related services

2.1.4 General information

Legal basis :
Regulation (EU, Euratom) 2018/1046

5. Lot

5.1 Lot technical ID : LOT-0001

Title : RMS/250730 Medical services (ceiling increase)
Description : Exceptional negotiate procedure resulting in an amendment in order to increase the ceiling of 50% (360.000) for FWC ECDC/2023/042 for a new total of: 1,080,000
Internal identifier : ECDC/2025/NP/0008

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85120000 Medical practice and related services

5.1.3 Estimated duration

Duration end date : 27/11/2027

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Within 2 months of the notification of the award decision, an appeal may be lodged to the review organisation. You may submit any observations concerning the award procedure to the contracting authority.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union -
Organisation signing the contract : European Centre for Disease Prevention and Control

6. Results

Maximum value of the framework agreements in this notice : 360 000 Euro
Direct award :
Justification for direct award : New works or services, constituting a repetition of existing works or services and ordered in accordance with the strict conditions stated in the Directive
Other justification : Procedure: Negotiated procedure without publication of a contract notice according to Point 11.1 (e) Annex 1 FR. This procedure follows the instructions in article III.4.2 of the DG BUDG circular (BUDG - Circular on framework contracts): “Invitation letter informing the contractor(s) of the need for increasing the ceiling indicating that the initial tender specifications remain the same and asking them to confirm their agreement on the repetition of the under the same conditions.” The conditions justifiying the use of this procedure are met as described here below: - the new services are in conformity with the basic project of the original contract, i.e. within the scope of the initial contract and technical specifications; - Must be announced in the initial procedure - Must be done within 3 years after signature of the FWC. - Cannot change the duration of the FWC Furthermore taking into account the principle of proportionality, and by analogy with Art. 172 (3)(a)(iii) FR, these new services account for less than 50% of the initial contract amount.

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 360 000 Euro

6.1.2 Information about winners

Winner :
Official name : ALERIS SJUKVARD AB
Tender :
Tender identifier : ALERIS SJUKVARD AB
Identifier of lot or group of lots : LOT-0001
Contract information :
Identifier of the contract : Amendment 1 ECDC/2023/022
Date on which the winner was chosen : 13/05/2025
Organisation signing the contract : European Centre for Disease Prevention and Control

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : European Centre for Disease Prevention and Control
Registration number : ECDC
Department : Resource Management Services (RMS)
Postal address : Gustav III:s Boulevard 40
Town : Solna
Postcode : 169 73
Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Telephone : +46 8 586 010 00
Roles of this organisation :
Buyer
Organisation signing the contract

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender

8.1 ORG-0004

Official name : ALERIS SJUKVARD AB
Registration number : SE663000497301
Postal address : OLIVECRONAS VAG 7
Town : STOCKHOLM
Postcode : 113 82
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( SEZZZ )
Country : Sweden
Telephone : +46 08-690 55 00
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

11. Notice information

11.1 Notice information

Notice identifier/version : eac3c49d-437b-43fe-a2b7-ddde98492d1b - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 22/05/2025 09:57 +02:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00334780-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025