The framework agreement shall cover the contracting authority ́s need for prescription and non-prescription medicines, pharmacy specific merchandises, multi-dose, endose/dose bags and pharmaceutical services.
Frist
Fristen for mottak av tilbud var 2024-12-19.
Anskaffelsen ble publisert 2024-11-08.
Kunngjøring av konkurranse (2024-11-08) Gjenstand Anskaffelsens omfang
Tittel: 24/1863 - Framework agreement for pharmaceuticals, multi-dose and pharmaceutical services
Referansenummer: 24/1863
Kort beskrivelse:
“The framework agreement shall cover the contracting authority ́s need for prescription and non-prescription medicines, pharmacy specific merchandises,...”
Kort beskrivelse
The framework agreement shall cover the contracting authority ́s need for prescription and non-prescription medicines, pharmacy specific merchandises, multi-dose, endose/dose bags and pharmaceutical services.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Diverse legemidler📦
Estimert verdi eksklusive mva: 1 013 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The framework agreement shall cover the contracting authority ́s need for prescription and non-prescription medicines, pharmacy specific merchandises,...”
Beskrivelse av anskaffelsen
The framework agreement shall cover the contracting authority ́s need for prescription and non-prescription medicines, pharmacy specific merchandises, multi-dose, endose/dose bags and pharmaceutical services.
Vis mer Varighet
Startdato: 2025-06-21 📅
Sluttdato: 2026-06-20 📅
Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“2.1 Tender and development of an electronic training programme
2.2 Service for filling products at the medicine cabinet.
2.3 Distribution of vaccines...”
Beskrivelse av opsjoner
2.1 Tender and development of an electronic training programme
2.2 Service for filling products at the medicine cabinet.
2.3 Distribution of vaccines
2.4 Pharmaceutical consultancy services
2.5 Services for taking care of assignments at the medicine warehouse/medicine room.
2.6 Extra delivery
2.7 Stand-by warehouse
See Annex 1 for further information on each option.
Vis mer Tildelingskriterier
Pris ✅
Pris (vekting): 30
Pris (vekting): 15
Pris (vekting): 5
Kvalitetskriterium (navn): Service
Kvalitetskriterium (vekting): 20
Kvalitetskriterium (navn): Transport
Kvalitetskriterium (vekting): 30
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-12-19 11:00:00 📅
Vilkår for åpning av tilbud: 2024-12-19 11:10:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️ Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements connected to the tenderer's economic and financial capacity.: Requirement: The tenderer shall have sufficient economic and financial capacity...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements connected to the tenderer's economic and financial capacity.: Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract.
Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers.
The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“Requirements connected to the tenderer's registrations, authorisations, etc.: Requirement: The tenderer shall be a legally established company....”
Liste og kort beskrivelse av vilkår
Requirements connected to the tenderer's registrations, authorisations, etc.: Requirement: The tenderer shall be a legally established company.
Documentation requirement: Tenderers shall be a legally established company.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: Requirement 1: The tenderer shall have good experience from equivalent...”
Liste og kort beskrivelse av utvelgelseskriterier
Requirements connected to the tenderer's technical and professional qualifications.: Requirement 1: The tenderer shall have good experience from equivalent assignments. Equivalent assignments means: The same type of goods/services for equivalent customers (municipal/private/government health institutions) with several delivery addresses.
Documentation requirement 1: A short description of the most important deliveries in the last three years, including information on the contract ́s value, number of delivery addresses, as well as the name of the contracting authority and a description of the assignment ́s content.
Requirement 2: Tenderers shall have a relevant quality assurance system for the content of the agreement.
Documentation requirement 2: Certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015. Alternatively: A description of the tenderer's quality assurance measures that are equivalent to the requested quality assurance standard.
Requirement3: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see the joint procurement contract point 7.5). This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract.
Documentation requirement 3: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation.
Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Requirement4: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses (see the joint procurement contract point 7.6).
This means that the tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.
Documentation requirement4: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include:
- Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses.
- Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used.
- Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments.
- Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers.
Tenderers shall fill in Annex 4 Response Form for Requirement set A.
Utfyllende informasjon Klageinstans
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926725939
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: 22035200📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 220-689028 (2024-11-08)