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 103-249543
Offentliggjort
29.05.2019
Udbudstype
Annullering

Udbyder

Amgros I/S

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


Amgros I/S

Contract award notice

Results of the procurement procedure

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.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.1.6) 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
Quality criterion - Name: Shelf-life / Weighting: 35
Quality criterion - Name: Working environment — quality and cleanness of packaging / Weighting: 30
Price - Weighting: 35
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 3 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.2.13) 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 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
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
Notice number in the OJ S: 2019/S 072-169903
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Title:

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

A contract/lot is awarded: no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3) Additional information:

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.

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:
27/05/2019
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web01