Supplies - 342662-2022

24/06/2022    S120

Norway-Vadsø: Sterilisation, disinfection and hygiene devices

2022/S 120-342662

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: SYKEHUSINNKJØP HF
National registration number: 916879067
Postal address: Postboks 40
Town: VADSØ
NUTS code: NO Norge
Postal code: 9811
Country: Norway
Contact person: Postmottak Sykehusinnkjøp
E-mail: post@sykehusinnkjop.no
Telephone: +47 78950700
Internet address(es):
Main address: https://permalink.mercell.com/181671454.aspx
Address of the buyer profile: http://www.sykehusinnkjop.no/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/181671454.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/181671454.aspx
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

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

Flushing decontaminators and destruction mills for the Glass Blocks in Helse Bergen HF

Reference number: 2021/610
II.1.2)Main CPV code
33191000 Sterilisation, disinfection and hygiene devices
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The contracting authority would like to enter into a framework agreement(s) for flushing decontaminators and destruction mills.

The framework agreement(s) will cover Helse Bergen's need for these types of machines for the new building, the 'Glass Blocks' at Haukeland University Hosptial. The start-up of operations in the new building is scheduled for summer 2023.

The contracting authority estimates that there is a need for a total of approx. 60 machines, split between the following types:

Flushing decontaminators front loader: Approx. 30-40 machines.

Flushing decontaminators top loader: Approx. 5 machines.

Destruction mills: Approx. 15-20 machines.

There is uncertainty around the volume as the contracting authority will try to reuse machines from previous locations and because further clarifications must be made with departments nearer the start-up of operations.

The framework agreement(s) will also include training, options for liners where relevant, and an option for an annual service contract.

Questions about the contest that are submitted between 24.06 and 24.07 will not be answered before week 30 at the earliest due to summer holidays.

II.1.5)Estimated total value
Value excluding VAT: 10 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award one total contract to one tenderer in cases where the tenderer has submitted a tender for several sub-areas, and the total tender is the most favourable in relation to price and quality in total. Cf. the Public Procurement Regulations section 19-4 (5).

II.2)Description
II.2.1)Title:

1 - Flushing decontaminators, front loader

Lot No: 1
II.2.2)Additional CPV code(s)
33190000 Miscellaneous medical devices and products
33191000 Sterilisation, disinfection and hygiene devices
II.2.3)Place of performance
NUTS code: NO0A2 Vestland
Main site or place of performance:

Haukeland University Hospital

II.2.4)Description of the procurement:

Flushing decontaminators, front loader, approx. 15 - 20.

 (Estimated value: Approx. NOK 6,500,000 excluding VAT).

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: 6 500 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

After that the contracting authority can extend the contract for up to 1 year at a time. The total maximum contract period is 4 years. The contract will automatically be extended on the same terms unless the contracting authority takes other initiatives.

Call-offs under this framework agreement are covered by the contract for as long as the equipment is in use. A contract (an option) will be signed for service/maintenance before the guarantee period expires.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

See Annex 1 - Price Form.

II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:

2 - Flushing decontaminators, top loader

Lot No: 2
II.2.2)Additional CPV code(s)
33190000 Miscellaneous medical devices and products
33191000 Sterilisation, disinfection and hygiene devices
II.2.3)Place of performance
NUTS code: NO0A2 Vestland
Main site or place of performance:

Haukeland University Hospital

II.2.4)Description of the procurement:

Flushing decontaminators, top loader, approx. 5

 (Estimated value: Approx. NOK 900,000 excluding VAT).

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: 900 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

After that the contracting authority can extend the contract for up to 1 year at a time. The total maximum contract period is 4 years. The contract will automatically be extended on the same terms unless the contracting authority takes other initiatives.

Call-offs under this framework agreement are covered by the contract for as long as the equipment is in use. A contract (an option) will be signed for service/maintenance before the guarantee period expires.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

See Annex 1 - Price Form.

II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:

3 - Destruction mills

Lot No: 3
II.2.2)Additional CPV code(s)
33190000 Miscellaneous medical devices and products
33191000 Sterilisation, disinfection and hygiene devices
II.2.3)Place of performance
NUTS code: NO0A2 Vestland
Main site or place of performance:

Haukeland University Hospital

II.2.4)Description of the procurement:

Destruction mills, approx. 15 - 20.

(Estimated value: Approx. NOK 2,600,000 excluding VAT).

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: 2 600 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

After that the contracting authority can extend the contract for up to 1 year at a time. The total maximum contract period is 4 years. The contract will automatically be extended on the same terms unless the contracting authority takes other initiatives.

Call-offs under this framework agreement are covered by the contract for as long as the equipment is in use. A contract (an option) will be signed for service/maintenance before the guarantee period expires.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

See Annex 1 - Price Form.

II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:

Tenderers must be registered in a company register or a trade register in the country where the tenderer is established.

Documentation requirement:

Norwegian companies: Company registration certificate

Foreign companies: Verification that the tenderer is registered in a professional register in the country where the tenderer is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Tenderers must have sufficient economic and financial capacity to comply with the contractual obligations.

Sufficient economic and financial capacity means that the tenderer must have a credit rating equivalent to A or better, measured on AAA Soliditet´s scale, or an equivalent score from another reputable rating company.

Minimum level(s) of standards possibly required:

Sufficient economic and financial capacity means that the tenderer must have a credit rating equivalent to A or better, measured on AAA Soliditet´s scale, or an equivalent score from another reputable rating company.

Documentation requirement:

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 ability
List and brief description of selection criteria:

Tenderers must have sufficient technical and professional qualifications, including human and technical resources and experience to fulfil the contractual obligations.

Tenderers are required to have sufficient professional qualifications from equivalent assignments, related to the provision of such services and work. Equivalent assignments menas at least one delivery of the offered equipment, or equivalent, to a Norwegian somatic hospital, or another place with equivalent use,

Minimum level(s) of standards possibly required:

Tenderers are required to have sufficient professional qualifications from equivalent assignments, related to the provision of such services and work. Equivalent assignments menas at least one delivery of the offered equipment, or equivalent, to a Norwegian somatic hospital, or another place with equivalent use,

The contracting authority will evaluate the tenderer's compliance with the qualification requirements in the following manner:

Tenderers 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 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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 131-349435
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 29/08/2022
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 29/08/2022
Local time: 13:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Hordaland tingrett
Postal address: Postboks 7412
Town: Bergen
Postal code: 5020
Country: Norway
E-mail: Hordaland.tingrett@domstol.no
VI.5)Date of dispatch of this notice:
21/06/2022