Fakta om udbudet
Bestilling af materiale
Udbyder
Amgros I/S
Vindere
Joint Nordic Procurement of Pharmaceuticals — 2020 — NF1.622.a
(14.08.2019)
AOP Orphan Pharmceuticals AG
København
Joint Nordic Procurement of Pharmaceuticals -2020 - NF1.622.a
Amgros I/S
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
Dampfærgevej 22
København Ø
2100
Denmark
Contact person: Flemming Sonne
Telephone: +45 88713000
E-mail: udbud@amgros.dk
Fax: +45 88713008
NUTS code: DK0
Internet address(es):
Main address: http://www.amgros.dk
Eiríksgata 5
Reykjavík
101
Iceland
Contact person: Hulda Harðardóttir
E-mail: huldahar@landspitali.is
NUTS code: IS
Internet address(es):
Main address: http://www.rikiskaup.is
Grev Wedels plass 7
Oslo
0151
Norway
Contact person: Eirik Sverrisson
E-mail: eirik.sverrisson@sykehusinnkjop.no
NUTS code: DK0
Internet address(es):
Main address: http://www.sykehusinnkjop.no
Danish Law.
Section II: Object
Joint Nordic Procurement of Pharmaceuticals -2020 - NF1.622.a
Denmark, Norway and Iceland have entered into cooperation regarding the procurement of pharmaceuticals. The countries will jointly procure and award framework agreements in order to ensure the supply of pharmaceuticals to the public hospitals and health authorities in the 3 countries. In Denmark certain pharmaceuticals is resold to the Faroe Island and Greenland.
Tenders for the pharmaceuticals are invited so that the contracting authorities can enter into framework agreements for delivery of the pharmaceuticals requested in the list of products and specified under the various lots below (section II.2.4).
The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.
Procurement no.: 1,
ATC Code: L01XX35.
Generic name: Anagrelide.
Pharmaceutical form: Capsules.
Strength: 0,5 mg.
Unit value: 1 mg.
Volume in units:
— Iceland: 1 600,
— Norway: 200 000,
— Denmark: 138 450.
Under the title “quantity in units”, an estimated consumption of the pharmaceuticals is indicated for each of the countries.
It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.
The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.
Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), “Farmalogg” (Norway) and “Lyfjaverðskrá” (Iceland) no later than 1.12.2019.
The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 6 months.
Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.
Section III: Legal, economic, financial and technical information
Suppliers wishing to submit tender must use the standard form of the European Single Procurement Document (ESPD) for the declaration regarding the compulsory grounds for exclusion set out in sections 135-136 of the Danish Public Procurement Act (udbudsloven) (Act no. 1564 of 15.12.2015 as amended). Further information on the completion and application of the ESPD in the tender process is available in the guide drawn up by Amgros in this respect and in the “Instructions for the European Single Procurement Document” drawn up by the Danish Competition and Consumer Authority (Konkurrence- og Forbrugerstyrelsen). The successful tenderer(s) to whom the Contracting Authorities intends to award the framework agreement must also, before the award, provide documentation to the Contracting Authorities regarding the absence of compulsory grounds for exclusion as set out in sections 152-153 of the Public Procurement Act. The Contracting Authorities is not entitled to exclude a supplier who is subject to one or more of the mandatory exclusion grounds set out in sections 135-136 of the Public Procurement Act if the supplier has provided sufficient documentation that the supplier is reliable, even if the supplier is subject to one or more of the grounds for exclusion set out in section 138 of the Public Procurement Act. The Contracting Authorities reserves the right to carry out a so-called “self-cleaning” process if relevant.
No information required.
No information required.
Reference is made to the provisions of the draft framework agreement and section II.2.4).
No specific legal form is required. If the contract is awarded to a group of suppliers, each participant must undertake joint and several liability and appoint a joint representative.
Section IV: Procedure
Amgros I/S, Dampfærgevej 27-29, DK-2100 Copenhagen Ø.
The tenderers are not permitted to attend the opening of the tenders. Tenders will be registered upon receipt, and tenders received on time will be opened collectively after expiry of the deadline for submission of tenders.
Section VI: Complementary information
This call for tenders is conducted as an open procedure in accordance with the Danish Procurement Act (udbudsloven). The procurement procedure is subject to Danish law and any complaints of the procurement procedure shall be lodged with the Danish Complaints Board for Public Procurement (Klagenævnet for udbud), see section VI.4.
In relation to section II.2.4) it should be noted that the contracting authorities has considered whether the procurement group can be subdivided. The contracting authorities has assessed that this is not the case on the basis of considerations of economies of scale which will not be realisable in case of a further subdivision, as well as costs and patient safety considerations related to the subsequent management of contract and pharmaceuticals.
In relation to sections II.1.5) and II.2.6) it should be noted that the estimated value indicated in section II.1.5) is the total estimated value of the procurement for the duration of the framework agreement, including the option of renewal, see section II.2.7) and based on the AIP (“Apotekernes Indkøbspris” published by the Danish Medicines Agency) of the Pharmaceuticals. It should furthermore be noted that the estimated value is based on historic consumption data and that the actual purchase under a framework agreement may differ significantly from the estimate, see section II.2.4), paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.
Questions concerning the tender documents must be submitted through the tendering system, see the provisions of the tender specifications in this regard.
The access to submit tender requires that the operator is registered as a user of Amgros' tendering system. The registration as a user may take a few days, and the tenderer must therefore make sure to register in good time. Reference is made to the information provided in the tendering system, including the user guide.
In relation to section VI.2) it should be noted that electronic invoicing is required.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Pursuant to the Danish Act on the Complaints Board for Public Procurement (Act no. 593 of 2.6.2016 as amended) the following deadlines apply to the lodging of complaints:
Complaints of the tendering procedure must be lodged with the Complaints Board for Public Procurement within 6 months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the affected applicants and tenderers, see section 7(2), para.(3) of the Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting authorities in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must further-more indicate whether a suspensory effect of the complaint has been requested, see clause 6(4) of the Act.
Carl Jacobsens vej 35
Valby
2500
Denmark
Telephone: +45 41715000
Internet address: http://www.kfst.dk