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:
Framework Agreement for Instrument and Flushing Decontaminators for Delivery to Helse Stavanger HF, New
Reference number: 2020/1806
II.1.2)Main CPV code33191000 Sterilisation, disinfection and hygiene devices
II.1.3)Type of contractSupplies
II.1.4)Short description:
See the previously announced contest: framework agreement for instrument and flushing decontaminators for delivery to Helse Stavanger HF, which was cancelled on 9 December 2020.
Changes from the cancelled contest:
— the model series requirement has been removed;
— the enquiry for the price of machines with a capacity of up to 18 DIN-baskets has been removed.
The contracting authority would like to enter into a framework agreement for instrument and flushing decontaminators for delivery to Helse Stavanger HF.
The offered machines must not be of the type that is installed under workbenches, they must be free-standing.
The contracting authority would like tenders for instrument decontaminator machines in two different sizes. The sizes are measured by the machine's capacity for DIN baskets; one basket has the following measurements: 480 x 250 x 50.
1.1) Instrument decontaminator, up to 8 DIN baskets;
1.2) Instrument decontaminator, 10-12 DIN baskets.
See Appendix 1 — Price sheet and Appendix 2 — Requirements specification for more detailed information.
II.1.5)Estimated total valueValue excluding VAT: 6 200 000.00 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:
Instrument Decontaminator
Lot No: 1
II.2.2)Additional CPV code(s)33191000 Sterilisation, disinfection and hygiene devices
II.2.3)Place of performanceNUTS code: NO043 Rogaland
Main site or place of performance:
Stavanger University Hospital.
II.2.4)Description of the procurement:
See the previously announced contest: framework agreement for instrument and flushing decontaminators for delivery to Helse Stavanger HF, which was cancelled on 9 December 2020.
Changes from the cancelled contest:
— the model series requirement has been removed;
— the enquiry for the price of machines with a capacity of up to 18 DIN-baskets has been removed.
The contracting authority would like to enter into a framework agreement for instrument and flushing decontaminators for delivery to Helse Stavanger HF.
The offered machines must not be of the type that is installed under workbenches, they must be free-standing.
The contracting authority would like tenders for instrument decontaminator machines in two different sizes. The sizes are measured by the machine's capacity for DIN baskets; one basket has the following measurements: 480 x 250 x 50.
1.1) Instrument decontaminator, up to 8 DIN baskets;
1.2) Instrument decontaminator, 10-12 DIN baskets.
See Appendix 1 — Price sheet and Appendix 2 — Requirements specification for more detailed information.
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: yes
Description of renewals:
The contracting authority has the unilateral right to trigger the option to extend the contract for up to 1 + 1 year. The options are triggered automatically on verbatim terms unless otherwise requested by the contracting authority.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option for an annual service contract, training in various contributions as stated in Annex 1 — Price Sheet.
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
Any enclosed studies and brochures can be in Norwegian, a Scandinavian language or English.
II.2)Description
II.2.2)Additional CPV code(s)33191000 Sterilisation, disinfection and hygiene devices
II.2.3)Place of performanceNUTS code: NO043 Rogaland
Main site or place of performance:
Stavanger University Hospital.
II.2.4)Description of the procurement:
See the previously announced contest: framework agreement for instrument and flushing decontaminators for delivery to Helse Stavanger HF, which was cancelled on 9 December 2020.
Changes from the cancelled contest:
— the model series requirement has been removed;
— the enquiry for the price of machines with a capacity of up to 18 DIN-baskets has been removed.
The contracting authority would like to enter into a framework agreement for instrument and flushing decontaminators for delivery to Helse Stavanger HF.
The offered machines must not be of the type that is installed under workbenches, they must be free-standing.
The contracting authority would like tenders for instrument decontaminator machines in two different sizes. The sizes are measured by the machine's capacity for DIN baskets; one basket has the following measurements: 480 x 250 x 50.
1.1) Instrument decontaminator, up to 8 DIN baskets;
1.2) Instrument decontaminator, 10-12 DIN baskets.
See Appendix 1 — Price sheet and Appendix 2 — Requirements specification for more detailed information.
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: yes
Description of renewals:
The contracting authority has the unilateral right to trigger the option to extend the contract for up to 1 + 1 year. The options are triggered automatically on verbatim terms unless otherwise requested by the contracting authority.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option for an annual service contract, training in various contributions as stated in Annex 1 — Price sheet.
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
Any enclosed studies and brochures can be in Norwegian, a Scandinavian language or English.
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 a legally established company. Documented by presenting a copy of a company registration certificate. Foreign companies must present proof that the company is registered in a trade or business register as prescribed by the law of 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 fulfil the contractual obligations.
Minimum level(s) of standards possibly required:
Sufficient economic and financial capacity means that tenderers must have a credit rating of at least A or better, measured on AAA Soliditet's scale, or an equivalent score from another reputable rating company. Documented by a credit rating not older than 6 months, based on the last known fiscal figures. An evaluation must be carried out by the 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.
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.2.2)Time limit for receipt of tenders or requests to participateDate: 22/01/2021
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 tenderTender must be valid until: 30/06/2021
IV.2.7)Conditions for opening of tendersDate: 22/01/2021
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.4.1)Review bodyOfficial name: Stavanger tingrett
Postal address: Bergelandsgata 10
Town: Stavanger
Postal code: 4012
Country: Norway
VI.5)Date of dispatch of this notice:11/12/2020