The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories: Antibiotic patches, with compatible dispensers as option Gradient strips with compatible equipment for application as an option Antibiotic powder for solutions Plates with antibiotics for broth microfortification, with compatible dispensers as optionThese products are used for manual resistance determination of bacteria, using gradient strips, disco fusion and growth in. liquid media (antibiotic solutions). In order to ensure an efficient and standardised resistance provision, there are requirements for quality, functionality and compatibility with existing laboratory equipment. The products in this agreement are decisive for monitoring antimicrobial resistance and it forms an important basis for choosing antibiotic treatment. In addition, they form the basis for clinical decisions in connection with antibiotic treatment of patients. The framework agreement ensures access to quality products with the necessary functionality and compatibility, while facilitating efficient ordering routines and stable supply. The competition will be held as an open tender contest in accordance with the Public Procurement Act and part III of the regulations. The contract will be entered into as a framework agreement with one or more tenderers per sub-area (product group), depending on the tender situation and the result of the evaluation. The tenders will be evaluated per sub-area (A-D), and the contracting authority will award a contract to the tenderer(s) that offer the best price-quality ratio for each sub-area. If a supplier gives the best value in several sub-areas in total, a framework agreement can be signed that covers them with one tenderer. If different tenderers offer the best value within different sub-areas, separate contracts will be signed per sub-area. This flexibility shall ensure a high degree of contract coverage, delivery security and cost efficiency. The final number of contracts will therefore depend on how the tenders are distributed qualitatively and price wise within each sub-area.
Frist
Fristen for mottak av tilbud var 2025-08-08.
Anskaffelsen ble publisert 2025-06-04.
Kunngjøring av konkurranse (2025-06-04) Gjenstand Anskaffelsens omfang
Tittel: 25/01335 Framework agreement for antibiotic products for resistance provision - The Norwegian Institute of Public Health
Referansenummer: 25/01335
Kort beskrivelse:
“The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories:...”
Kort beskrivelse
The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories: Antibiotic patches, with compatible dispensers as option Gradient strips with compatible equipment for application as an option Antibiotic powder for solutions Plates with antibiotics for broth microfortification, with compatible dispensers as optionThese products are used for manual resistance determination of bacteria, using gradient strips, disco fusion and growth in. liquid media (antibiotic solutions). In order to ensure an efficient and standardised resistance provision, there are requirements for quality, functionality and compatibility with existing laboratory equipment. The products in this agreement are decisive for monitoring antimicrobial resistance and it forms an important basis for choosing antibiotic treatment. In addition, they form the basis for clinical decisions in connection with antibiotic treatment of patients. The framework agreement ensures access to quality products with the necessary functionality and compatibility, while facilitating efficient ordering routines and stable supply. The competition will be held as an open tender contest in accordance with the Public Procurement Act and part III of the regulations. The contract will be entered into as a framework agreement with one or more tenderers per sub-area (product group), depending on the tender situation and the result of the evaluation. The tenders will be evaluated per sub-area (A-D), and the contracting authority will award a contract to the tenderer(s) that offer the best price-quality ratio for each sub-area. If a supplier gives the best value in several sub-areas in total, a framework agreement can be signed that covers them with one tenderer. If different tenderers offer the best value within different sub-areas, separate contracts will be signed per sub-area. This flexibility shall ensure a high degree of contract coverage, delivery security and cost efficiency. The final number of contracts will therefore depend on how the tenders are distributed qualitatively and price wise within each sub-area.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Farmasøytiske produkter📦
Estimert verdi eksklusive mva: 3 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories:...”
Beskrivelse av anskaffelsen
The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories: Antibiotic patches, with compatible dispensers as option Gradient strips with compatible equipment for application as an option Antibiotic powder for solutions Plates with antibiotics for broth microfortification, with compatible dispensers as optionThese products are used for manual resistance determination of bacteria, using gradient strips, disco fusion and growth in. liquid media (antibiotic solutions). In order to ensure an efficient and standardised resistance provision, there are requirements for quality, functionality and compatibility with existing laboratory equipment. The products in this agreement are decisive for monitoring antimicrobial resistance and it forms an important basis for choosing antibiotic treatment. In addition, they form the basis for clinical decisions in connection with antibiotic treatment of patients. The framework agreement ensures access to quality products with the necessary functionality and compatibility, while facilitating efficient ordering routines and stable supply. The competition will be held as an open tender contest in accordance with the Public Procurement Act and part III of the regulations. The contract will be entered into as a framework agreement with one or more tenderers per sub-area (product group), depending on the tender situation and the result of the evaluation. The tenders will be evaluated per sub-area (A-D), and the contracting authority will award a contract to the tenderer(s) that offer the best price-quality ratio for each sub-area. If a supplier gives the best value in several sub-areas in total, a framework agreement can be signed that covers them with one tenderer. If different tenderers offer the best value within different sub-areas, separate contracts will be signed per sub-area. This flexibility shall ensure a high degree of contract coverage, delivery security and cost efficiency. The final number of contracts will therefore depend on how the tenders are distributed qualitatively and price wise within each sub-area.
Vis mer
Tilleggsprodukter/-tjenester: Laboratorie-, optisk- og presisjonsutstyr (bortsett fra briller)📦
Utførelsessted: Oslo🏙️ Varighet
Startdato: 2025-09-30 📅
Sluttdato: 2029-09-30 📅
Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-08-08 10:00:00 📅
Vilkår for åpning av tilbud: 2025-08-08 10:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 4
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive...”
Liste og kort beskrivelse av regler og kriterier
Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Minimum qualification requirements
Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares...”
Liste og kort beskrivelse av regler og kriterier
Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Minimum qualification requirements
Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: The requirement shall be documented by a credit rating based on the last known accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Utfyllende informasjon Klageinstans
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postnummer: 0164
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: 22035200📞 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Norsk Helsenett SF
Nasjonalt registreringsnummer: 994598759
Postadresse: Abels gate 9
Postnummer: 7030
Poststed: Trondheim
Region: Trøndelag🏙️
Land: Norge 🇳🇴
E-post: anskaffelser@nhn.no📧
Telefon: +47 24200000📞
URL: http://www.nhn.no🌏 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“Ten Days” Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 107-363520 (2025-06-04)
Kunngjøring av konkurranse (2025-07-24) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 3 000 000 NOK 💰
Endringer Annen tilleggsinformasjon
“Clarification of the award criteria”
Kilde: OJS 2025/S 141-488876 (2025-07-24)
Kunngjøring av konkurranse (2025-07-31) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 3 000 000 NOK 💰
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-08-15 10:00:00 📅
Vilkår for åpning av tilbud: 2025-08-15 10:00:00 📅
Endringer Annen tilleggsinformasjon
“Extension of tender deadline”
Kilde: OJS 2025/S 146-506488 (2025-07-31)