23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på MedTechNews
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2019/S 072-169903
Offentliggjort
11.04.2019
Udbudstype
Offentligt udbud

Bestilling af materiale

www.amgros.dk

Udbyder

Amgros I/S

Opdateringer

Annullering
(29.05.2019)

The procedure is cancelled as it has been found, after expiry of the deadline for submission of tender, that system technical circumstances have rendered it difficult for the tenderers to submit varying tender prices for the same products in accordance with the tender specifications.
The pharmaceutical will be re-tendered on the same terms and conditions by contract notice submitted for publication today.

Joint Nordic Procurement of Pharmaceuticals — 2020 — NF2.263.b


Amgros I/S

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Amgros I/S
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

I.1) Name and addresses
Landspítali
Eiríksgata 5
Reykjavík
101
Ireland
Contact person: Hulda Harðardóttir
E-mail: huldahar@landspitali.is
NUTS code: IS

Internet address(es):

Main address: http://www.rikiskaup.is

I.1) Name and addresses
Sykehusinnkjøp HF, divisjon legemidler
Grev Wedels plass 7
Oslo
0151
Norway
Contact person: Eirik Sverrisson
E-mail: eirik.sverrisson@sykehusinnkjop.no
NUTS code: NO

Internet address(es):

Main address: http://www.sykehusinnkjop.no

I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.amgros.dk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:

Joint Nordic Procurement of Pharmaceuticals — 2020 — NF2.263.b

II.1.2) Main CPV code
33600000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

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 countries. In Denmark certain pharmaceuticals is resold to the Faroe Island and Greenland. For this procurement group delivery to Iceland is an option, see Section II.2.11).

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.

II.1.5) Estimated total value
Value excluding VAT: 3 600 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK
NUTS code: IS
NUTS code: NO
II.2.4) Description of the procurement:

Procurement No: 1

ATC Code: L01BA01

Generic name: Methotrexate

Pharmaceutical form: Concentrate, sterile

Strength: 100 mg/ml

Package: 10 ml

Unit value: 50 mg

Volume in units: (Norway: 26440) (Denmark: 32700) (Iceland:4212)

ATC Code: L01BA01

Generic name: Methotrexate

Pharmaceutical form: Concentrate, sterile

Strength: 100 mg/ml

Package: 50 ml

Unit value: 50 mg

Volume in units: (Norway: 113300) (Denmark: 114500) (Iceland: 7410).

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 requirement regarding “Lyfjaverðskrá” (Iceland) only apply if Iceland is part of the Framework Agreement, see Section II.2.11).

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 3 600 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/02/2020
End: 31/01/2021
This contract is subject to renewal: yes
Description of renewals:

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.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

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.

For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the supplier is awarded a Framework Agreement the framework agreement will cover delivery of the pharmaceuticals in all three countries for the purchase period.

If the supplier chooses not to give a tender for the delivery to Iceland the Framework Agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

II.2.12) Information about electronic catalogues
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:

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 1 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 1 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.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

No information required.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

No information required.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

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.

III.2.3) Information about staff responsible for the performance of the contract

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
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
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 participate
Date: 21/05/2019
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:
Danish, Norwegian, Swedish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
IV.2.7) Conditions for opening of tenders
Date: 21/05/2019
Local time: 12:00
Place:

Amgros I/S, Dampfærgevej 27-29, DK-2100 Copenhagen Ø.

Information about authorised persons and opening procedure:

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

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
VI.3) Additional 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.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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 furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 6(4) of the Act.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens vej 35
Valby
2500
Denmark
Telephone: +45 41715000

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
08/04/2019
Annonce Annonce
BREAKING
{{ article.headline }}
0.046|instance-web01