Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
National agreement for the delivery of medical technical PCs.
Reference number: 2021/00706
II.1.2)Main CPV code33197000 Medical computer equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
National call for tenders for the delivery of medical technical PCs. Computers for operating rooms.
II.1.5)Estimated total valueValue excluding VAT: 120 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
1. Medical technical PCs and Accessories for medical / technical PCs
2. Trolley with battery and medicine drawers
3. Trolley without battery with drawers and Laptop trolley
II.2)Description
II.2.1)Title:
Medical technical PCs and accessories for medical/technical PCs.
Lot No: 1
II.2.2)Additional CPV code(s)30213000 Personal computers
33197000 Medical computer equipment
48814000 Medical information systems
II.2.3)Place of performanceNUTS code: NO Norge
II.2.4)Description of the procurement:
National call for tenders for the delivery of medical technical PCs. Computers for operating rooms.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework agreement can be extended for 1 year + 1 year.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Trolley with battery and medicine drawers
Lot No: 2
II.2.2)Additional CPV code(s)33197000 Medical computer equipment
34911100 Trolleys
II.2.3)Place of performanceNUTS code: NO Norge
II.2.4)Description of the procurement:
National call for tenders for the delivery of medical technical PCs. Computers for operating rooms.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework agreement can be extended for 1 year + 1 year.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Trolley without battery with drawers and Laptop trolley
Lot No: 3
II.2.2)Additional CPV code(s)33197000 Medical computer equipment
34911100 Trolleys
II.2.3)Place of performanceNUTS code: NO Norge
II.2.4)Description of the procurement:
National call for tenders for the delivery of medical technical PCs. Computers for operating rooms.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework agreement can be extended for 1 year + 1 year.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
Tenderers must be registered in a company register or a trade register in the country where the tenderer is established.
Norwegian companies: Updated Company Registration Certificate.
Foreign companies: certificate(s) of legal registration in the country of establishment.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers must have sufficient economic and financial solidity to fulfil the contract obligations.
Tenderers are required to have:
a) Minimum NOK 20 million in annual turnover
b) positive equity
Minimum level(s) of standards possibly required:
Tenderers shall provide the following documentation:
- Latest submitted annual financial statement with notes including auditor's report..
- Income statement and balance for the last six months if it is more than six months since the last annual financial statement.
If a tenderer has valid reasons for being unable to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial capacity with another document, including for example a parent company guarantee, bank guarantee, etc.
During the evaluation, the Contracting Authority will place emphasis on tenderers who have profitable operations, positive cash flow in the last few years and positive equity.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Tenderers must have sufficient ability and capacity to be able to fulfil the contract obligations.
Minimum level(s) of standards possibly required:
The contracting authority shall consider the tenderer’s experience with deliveries of the products included in the contract. Tenderers shall provide the following documentation:
- An overview of the most important deliveries of goods or services that the tenderer has carried out in the last three years, together with information on the contract´s value, delivery date or execution and the name of the recipient. Deliveries of goods should be of similar scope and complexity as the deliveries to the contracting authority. The contracting authority reserves the right to contact the stated references.
- A description of the technical personnel or technical units, particularly those who are responsible for quality control, that the tenderer has at its disposal for fulfilment of the contract;
- A description of environmental management measures.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
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 participateDate: 04/03/2022
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, English, Norwegian, Swedish
IV.2.7)Conditions for opening of tendersDate: 04/03/2022
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Øst-finnmark Tingrett
Postal address: Postboks 54
Town: Vadsø
Postal code: 9811
Country: Norway
VI.5)Date of dispatch of this notice:04/02/2022