Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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:
New: Regional framework agreement for intensive care respirators for Helse Midt Norge RHF [the Central Norway Regional Health Authority]
Reference number: 2019/283
II.1.2)Main CPV code33100000 Medical equipments
II.1.3)Type of contractSupplies
II.1.4)Short description:
Previously Lot 1 - Intensive care respirator from Regional procurement of respirators, HMN [the Central Norway Regional Health Authority]
Short tender deadline in accordance with PPR § 20-2 (2)
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)33150000 Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
33157000 Gas-therapy and respiratory devices
33157400 Medical breathing devices
II.2.3)Place of performanceNUTS code: NO0A3 Møre og Romsdal
NUTS code: NO06 Trøndelag
II.2.4)Description of the procurement:
The contracting authority wants tenders for intensive care respirators, as well as a number of equipment-dependable consumables for the hospitals in the Central Norway Regional Health Authority.
An option is also wanted for servicing after the warranty period expires, an option for training/courses and an option for upgrading, updating and licenses.
We ask tenderers who submit tenders in the contest to prepare for a physical meeting and demonstration of the offered product shortly after tender submission. The contracting authority wants to implement this already at the start of October.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
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:
A framework agreement will be signed for two years calculated from when it is signed. Thereafter, the contracting authority can
extend the contract for up to one year at a time. The contract extends automatically on verbatim
terms unless the contracting authority takes other initiatives. The total maximum contract period is four years.
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:
Registration in a professional register: Tenderers must be registered in a trade register in the member state where
the tenderer is established. As described in annex XI to directive 2014/24/EU; tenderers from
specific member states may be required to fulfil other requirements in the annex mentioned.
III.1.2)Economic and financial standingMinimum level(s) of standards possibly required:
The tenderer must have sufficient economic and financial solidity to be able to fulfil
the contract obligations. The contracting authority will evaluate the tenderer's fulfilment of the qualification requirements
in the following manner: * The company's last Annual Financial Statements including notes, the Board's Annual Report and
Audit Report, as well as newer information of relevance for the company's fiscal figures.
In addition, the contracting authority will obtain a rating report from Bisnode. If
the tenderer has a justifiable reason for not presenting the documentation requested by the contracting authority,
he can document his economic and financial capacity by presenting any other
document that the contracting authority deems suitable.
III.1.3)Technical and professional abilityMinimum level(s) of standards possibly required:
The contracting authority will evaluate the tenderer's fulfilment of the qualification requirements in the following manner: -
Described capacity in relation to training, follow-up and service. The contracting authority will assess whether
The tenderer has the capacity to implement commencement and follow-up of the contract.
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/09/2021
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:Norwegian
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: 17/09/2021
Local time: 16:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Øst Finnmark Tingrett
Town: Vadsø
Country: Norway
VI.5)Date of dispatch of this notice:02/09/2021