Dental consumables

Innlandet County currently has a framework agreement for the delivery of dental consumables and this must be renewed. The objective of the framework agreement is to ensure access to dental consumables of professional quality that fulfil the current laws and regulations. The agreement shall contribute to maintaining a high standard …

CPV: 33140000 Медицински консумативи, 33141800 Зъболекарски консумативи, 33141810 Материали за зъбна обтурация, 33141820 Зъби, 33191000 Устройства за стерилизиране, дезинфекция и поддържане на хигиена
Краен срок:
Септ. 5, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Dental consumables
Издаващ орган:
INNLANDET FYLKESKOMMUNE
Номер на наградата:
2025/16736

1. Buyer

1.1 Buyer

Official name : INNLANDET FYLKESKOMMUNE
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dental consumables
Description : Innlandet County currently has a framework agreement for the delivery of dental consumables and this must be renewed. The objective of the framework agreement is to ensure access to dental consumables of professional quality that fulfil the current laws and regulations. The agreement shall contribute to maintaining a high standard of dental health services through the following main points: • Delivery of dental consumables that meet the highest standards of quality and reliability.• All products and services shall be in accordance with applicable laws and regulations.• Quick and efficient handling of orders and enquiries to ensure continual operation, as well as ensure deliveries in the event of unforeseen events such as war, pandemic, other catastrophes.• Offer comprehensive customer service and technical support to support the users in their daily work.• Focus on environmentally friendly systems, including sustainable disposal of waste and the use of environmentally friendly packaging.• Reliable and secure delivery of products at the agreed time and place.• Access to a broad selection of dental consumables to cover different needs.• Simple and efficient ordering systems to facilitate light process for the users.
Procedure identifier : be6c4dc0-41a0-4b40-a77a-c640a41a98eb
Internal identifier : 2025/16736
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Innlandet County currently has a framework agreement for the delivery of dental consumables and this must be renewed. The objective of the framework agreement is to ensure access to dental consumables of professional quality that fulfil the current laws and regulations. The agreement shall contribute to maintaining a high standard of dental health services through the following main points: • Delivery of dental consumables that meet the highest standards of quality and reliability.• All products and services shall be in accordance with applicable laws and regulations.• Quick and efficient handling of orders and enquiries to ensure continual operation, as well as ensure deliveries in the event of unforeseen events such as war, pandemic, other catastrophes.• Offer comprehensive customer service and technical support to support the users in their daily work.• Focus on environmentally friendly systems, including sustainable disposal of waste and the use of environmentally friendly packaging.• Reliable and secure delivery of products at the agreed time and place.• Access to a broad selection of dental consumables to cover different needs.• Simple and efficient ordering systems to facilitate light process for the users.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33141800 Dental consumables
Additional classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 33141810 Dental filling materials
Additional classification ( cpv ): 33141820 Teeth
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Off the shelf, above the EEA threshold value, open part III.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Dental consumables
Description : Innlandet County currently has a framework agreement for the delivery of dental consumables and this must be renewed. The objective of the framework agreement is to ensure access to dental consumables of professional quality that fulfil the current laws and regulations. The agreement shall contribute to maintaining a high standard of dental health services through the following main points: • Delivery of dental consumables that meet the highest standards of quality and reliability.• All products and services shall be in accordance with applicable laws and regulations.• Quick and efficient handling of orders and enquiries to ensure continual operation, as well as ensure deliveries in the event of unforeseen events such as war, pandemic, other catastrophes.• Offer comprehensive customer service and technical support to support the users in their daily work.• Focus on environmentally friendly systems, including sustainable disposal of waste and the use of environmentally friendly packaging.• Reliable and secure delivery of products at the agreed time and place.• Access to a broad selection of dental consumables to cover different needs.• Simple and efficient ordering systems to facilitate light process for the users.
Internal identifier : 2025/16736

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33141800 Dental consumables
Additional classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 33141810 Dental filling materials
Additional classification ( cpv ): 33141820 Teeth
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 02/10/2025

5.1.5 Value

Estimated value excluding VAT : 45 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : 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. Documentation requirement: • Norwegian companies: The tenderer shall be a legally established company. Norwegian companies must document this requirement with a Company Registration Certificate. Foreign companies: Foreign companies must prove that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : As a minimum requirement, the tenderer must not be subject to bankruptcy proceedings, debt negotiations or liquidation or have suspended activity. Good credit worthiness is required, at least equivalent to Bisnode score A ( www.soliditet.no ). Documentation requirement: Tenderers shall not enclose any documentation. The contracting authority will obtain credit rating/financial data itself. If a tenderer is not subject to credit appraisal, or if a tenderer wishes to document that the credit rating gives a misleading picture of the economic situation, the economic and financial position can be substantiated with other appropriate documentation. Tenderers shall particularly justify why the credit rating is not available or why it gives a misleading picture. For companies without a score in the Bisnode base, the contracting authority will assess the accounting figures, possibly obtain external help to assess the tenderer's economic and financial position. Tenderers with temporarily reduced credit rating due to notified fission/fusion or equivalent, may be approved.
Criterion : References on specified deliveries
Description : a. Tenderers are required to have good experience from equivalent assignments/deliveries (i.e. assignments of the same nature, complexity, size and extent) with the accompanying/relevant services. Documentation requirement: Tenderers shall provide a list of the most important relevant deliveries in the last three years, including information on the contracting authority, type of agreement, value, date and recipient (name and email), as well as a brief description of the content, scope and obligations of the delivery. The references will only be contacted if required. See point 7. b. Tenderers shall have sufficient implementation ability and the capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's organisation and resources (employees and equipment) for implementation of the contract.
Criterion : Environmental management measures
Description : a. Tenderers are required to have a good and well-functioning quality assurance system/routines for the services that shall be provided. Documentation requirement: A copy of a system certificate issued by an accredited certification body or equivalent documentation (for example ISO 9001 or equivalent). Alternatively: An account of the tenderer ́s quality assurance system/routine descriptions and any management system. In addition tenderers shall enclose procedures and check-lists for the services offered in the contract, which show satisfactory quality assurance of the delivery/services. b. Tenderers shall have an environmental management system to ensure a low environmental impact when carrying out the delivery. Documentation requirement: Documented by a valid certificate for Miljøfyrtårn, ISO 14001, EMAS or equivalent third party verified system that is relevant for the execution of the delivery. Alternatively fulfilment of the requirement can be documented by a description of the environmental management system, which as a minimum consists of the following elements: • The company's environmental targets and environmental policy. • Strategy in the environmental area. • Providing the services in an environmentally responsible manner, e.g. waste sorting and transport.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260826968.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 05/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 102 Day
Information about public opening :
Opening date : 05/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett
Information about review deadlines : Ten days waiting period

8. Organisations

8.1 ORG-0001

Official name : INNLANDET FYLKESKOMMUNE
Registration number : 920717152
Postal address : Parkgata 64
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Olaug Anne Torsgård
Telephone : 93236981
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926723669
Town : Hamar
Postcode : 2624
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Innlandet fylkeskommune
Telephone : 93236981
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : c9b58665-0aa5-487b-ad9f-153587b9c351 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/07/2025 07:28 +00:00
Notice dispatch date (eSender) : 01/07/2025 12:14 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00429479-2025
OJ S issue number : 124/2025
Publication date : 02/07/2025