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 authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
NII - Framework agreement for delivery of medicines and multi-dose.
Reference number: 21/06117
II.1.2)Main CPV code33690000 Various medicinal products
II.1.3)Type of contractSupplies
II.1.4)Short description:
Kristiansund kommune [Kristiansund Municipality] on behalf of NII, Nordmøre Interkommunale Innkjøpssamarbeid [Nordmøre Intermunicipal Procurement Cooperation], will renew the framework agreement for delivery of medicines and multidose. NII (Nordmøre Interkommunale Innkjøpssamarbeid) [Nordmøre Intermunicipal Procurement Cooperation], consists of a total of 10 municipalities: Aure, Averøy, Gjemnes, Hustadvika, Kristiansund, Rindal, Smøla, Sunndal, Surnadal and Tingvoll.
The contract duration will be 15 January 2022 - 15 January 2024 with an option to extend for one year + one year.
Tender deadline: 1 November 2021.
NB that product samples must be sent to the contract manager by post within the tender deadline.
The tender documentation contains information about the name and address product samples must be sent to.
II.1.5)Estimated total valueValue excluding VAT: 30 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)33680000 Pharmaceutical articles
85149000 Pharmacy services
33600000 Pharmaceutical products
II.2.3)Place of performanceNUTS code: NO0A3 Møre og Romsdal
II.2.4)Description of the procurement:
The procurement will cover the municipality's need for medicines and multidose for institutions and home care services. An option is also wanted for pharmaceutical inspection, courses, and eLearning.
The estimated value is NOK 30 million over four years.
Tenders must be given to all of the participating municipalities. Furthermore, the tenders must include all types of departments/groups in a municipality.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: Price: 40%
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 14/01/2022
End: 15/01/2024
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:
The contract can be extended for one year + one year.
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:
The tenderer must be registered in a company register, professional register or a trade register in the state where the tenderer is established.
Norwegian companies: Company registration certificate
Foreign companies: Verification showing that the tenderer is registered in a company register, professional register or a commerce 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 be able to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
Credit rating based on the most recent accounting figures. The rating must be carried out by a credit rating company with a license to conduct this service. The contracting authority will obtain such information from Bisnode.no, and we therefore request tenderers control that such information is available.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The tenderer must have experience from comparable assignments.
Description of up to three of the tenderer’s most relevant assignments during the last three years. The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to document relevance through the description. The tenderer can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another service provider.
Tenderers must have sufficient implementation ability and capacity.
We request information about which competence key persons, contact persons and those who will handle the deliveries have. Overview of CVs and any authorisations where required, as well as a description of formal education.
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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 01/11/2021
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 01/11/2021
Local time: 12:00
Place:
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:21/09/2021