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:
Arthroscopy and sports medicine products for the trusts in Helse Sør-Øst
Reference number: 2022/1315
II.1.2)Main CPV code33100000 Medical equipments
II.1.3)Type of contractSupplies
II.1.4)Short description:
The objective of the tender contest is to enter into contracts for arthroscopy and sports medicine products for the trusts in Helse Sør-Øst [the South-Eastern Norway Regional Health Authority].
Consumption of products included in the invitation to tender is estimated to approx. NOK 30.5 million excluding VAT per annum. The stated consumption is an estimate for information to the tenderer, and is not binding for future contract volume.
The maximum value for the contracts is NOK 140 million excluding VAT for the entire agreement period.
Sykehusinnkjøp HF, c/o division south east is holding this contest and is the contract administrator (avtaleforvaltningsorost@sykehusinnkjop.no) on behalf of Helse Sør-Øst RHF and underlying health trusts.
This tender contest is categorised under ‘Medical Purchases’.
Category: Surgical products
Procurement group: Orthopaedic
Tender package: Arthroscopy
II.1.5)Estimated total valueValue excluding VAT: 122 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Lots 1-10 Arthroscopy and sports medicine products for the trusts in Helse Sør-Øst
Lot No: 1
II.2.2)Additional CPV code(s)33140000 Medical consumables
II.2.3)Place of performanceNUTS code: NO09 Agder og Sør-Østlandet
II.2.4)Description of the procurement:
The tender contest consists of the following lots:
Lot 1 Shavers with a handle and shaver blades
Lot 2 Arthroscopy pumps and tubing
Lot 3 RF generator and probes
Lot 4 Work ports, arthroscopy, disposable
Lot 5 Anchors and sutures
Lot 6 Sports medical disposable procedure kits
Lot 7 Suture puller/"sewing machine"
Lot 8 Suture passers
Lot 9 Implants for ACL fixation
Lot 10 Implants for meniscus fixation
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
II.2.6)Estimated valueValue excluding VAT: 122 000 000.00 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:
The framework agreement period is two (2) years from commencement. The contracting authority can extend the contract for one (1) year at a time for up to two (2) years. The maximum contract period is four (4) years (2+1+1).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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:
The company registration certificate is to be submitted via eBevis for Norwegian tenderers.
Foreign tenderers must present a certificate for statutory registration 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.
Documentation:
The last three years accounts are to be submitted via eBevis for Norwegian tenderers.
Foreign tenderers must submit the last three years accounts with notes including the auditor's statement.
Tenderers can prove their economic and financial capacity with any other document that the contracting authority deems as suitable, including, for example, a parent company guarantee, bank guarantee, etc.
The contracting authority will obtain a ratio report itself from Bisnode CreditPro (https://www.soliditet.no) for Norwegian tenderers, and from D&B Credit (https://credit.dnb.com) for foreign tenderers in order to verify that the tenderer has sufficient economic and financial capacity to fulfil the contract obligations.
Minimum level(s) of standards possibly required:
Tenderers must have profitable operations and positive equity.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Tenderers must have good ability and capacity to be able to fulfil the contract obligations.
Documentation:
List of the most important and relevant deliveries during the previous three years, including information of value and time frame, as well as the name of the public or private recipient.
A brief description of the tenderer's personnel and technical units that the tenderer can use for fulfilment of the contract.
Minimum level(s) of standards possibly required:
Tenderers must have delivered products previously within the same product area to a public or private recipient.
Tenderers must have personnel at disposal with useful product knowledge of the offered products.
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 several operators
Envisaged maximum number of participants to the framework agreement: 4
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: 02/03/2023
Local time: 11:00
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: 8 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 02/03/2023
Local time: 11:00
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.4.1)Review bodyOfficial name: Øst-Finnmark tingrett
Postal address: Postboks 54
Town: Vadsø
Postal code: 9811
Country: Norway
E-mail:
ost-finnmark.tingrett@domstol.noTelephone: +47 78786450
VI.5)Date of dispatch of this notice:23/01/2023