Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Basic Medical Equipment — Washing and Sterilisation Equipment — Sterilisers for Voss sjukehus (Voss Hospital) — Helse Bergen HF (Bergen Hospital Trust)
Reference number: 2021/236
II.1.2)Main CPV code33191110 Autoclaves
II.1.3)Type of contractSupplies
II.1.4)Short description:
The contracting authority wants tenders for three sterilisers with a chamber depth of approx. 1 300 mm with internal steam generator and associated loading carts, as well as training and an option for a service contract.
The machine will be delivered, installed and validated at Voss Hospital during the low activity period in summer 2021.
See Appendix 1 — Price Sheet and Appendix 2 — Requirements Specification for more detailed information.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: NO0A2 Vestland
Main site or place of performance:
II.2.4)Description of the procurement:
The contracting authority wants tenders for three sterilisers with a chamber depth of approx. 1 300 mm with internal steam generator and associated loading carts, as well as training and an option for a service contract.
The machine will be delivered, installed and validated at Voss Hospital during the low activity period in summer 2021.
See Appendix 1 — Price Sheet and Appendix 2 — Requirements Specification for more detailed information.
II.2.5)Award criteriaCriteria below
Cost criterion - Name: Total costs / Weighting: 100 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option for annual service contract.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Tenderers must be a legally established company.
Documented by presenting a copy of a company registration certificate. Foreign companies must present proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers must have sufficient economic and financial capacity to comply with the contractual obligations.
Minimum level(s) of standards possibly required:
Sufficient economic and financial capacity means:
That the tenderer must have a credit rating equal to A or better, based on AAA Soliditet´s scale, or equivalent score from other reputable credit rating companies.
Documented by a credit rating not older than 6 months, based on the last known fiscal figures. The rating must be carried out by a credit rating institution.
We reserve the right to obtain a credit rating on our own initiative from a reputable rating company.
Newly started companies with a credit rating of AN, individual foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to submit a credit rating as documentation that the qualification requirement is satisfied.
In such cases, this can be compensated by providing alternative documentation together with the tender.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The tenderer must have sufficient technical and professional qualifications, including human and technical resources and experience to complete the contract, cfr.
Minimum level(s) of standards possibly required:
It is a requirement that the tenderer has sufficient professional qualifications from equivalent assignments, related to the performance of such services and works. Equivalent assignments are considered delivery, installation and validation of one or more sterilisers of the same type (approx. the same size) at clients such as somatic hospitals in Norway, or equivalent.
The contracting authority will evaluate the tenderer's compliance with the qualification requirements in the following manner:
The tenderer must state the primary references from equivalent deliveries during the last five years, hereunder information about scope, date and recipient/customer.
Certificates issued or verified by the contracting authority can be attached. See Annex 4 — Reply form experience for example in the format for answering the requirement.
NB: the contracting authority can contact references to verify the information.
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 system
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: 13/04/2021
Local time: 13:00
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:Danish, Norwegian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/10/2021
IV.2.7)Conditions for opening of tendersDate: 13/04/2021
Local time: 13:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Any attached studies and brochures can be in Norwegian, a Scandinavian language or English.
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:05/03/2021