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 code33191000 Sterilisation, disinfection and hygiene devices
II.1.3)Type of contractSupplies
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 valueValue excluding VAT: 10 000 000.00 NOK
II.1.6)Information about lotsThis 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 performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 6 500 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
See Annex 1 - Price Form.
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1)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 performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 900 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
See Annex 1 - Price Form.
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)33190000 Miscellaneous medical devices and products
33191000 Sterilisation, disinfection and hygiene devices
II.2.3)Place of performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 600 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
See Annex 1 - Price Form.
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 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 standingList 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 abilityList 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 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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 29/08/2022
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:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:21/06/2022