Supplies - 52378-2023

27/01/2023    S20

Norway-Vadsø: Medical equipments

2023/S 020-052378

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/190738252.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/190738252.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/190738252.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:

Arthroscopy and sports medicine products for the trusts in Helse Sør-Øst

Reference number: 2022/1315
II.1.2)Main CPV code
33100000 Medical equipments
II.1.3)Type of contract
Supplies
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 value
Value excluding VAT: 122 000 000.00 NOK
II.1.6)Information about lots
This 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 performance
NUTS 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 criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
II.2.6)Estimated value
Value excluding VAT: 122 000 000.00 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:

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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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:

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 standing
List 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 ability
List 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 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 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
Notice number in the OJ S: 2022/S 205-586267
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 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 tender
Duration in months: 8 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 02/03/2023
Local time: 11:00

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: Øst-Finnmark tingrett
Postal address: Postboks 54
Town: Vadsø
Postal code: 9811
Country: Norway
E-mail: ost-finnmark.tingrett@domstol.no
Telephone: +47 78786450
VI.5)Date of dispatch of this notice:
23/01/2023