Joint Nordic Procurement of Pharmaceuticals - 2025 - NF2.1303.b

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 in the countries. In Denmark certain pharmaceuticals are resold to the Faroe Island and Greenland. The obligation to deliver the …

CPV: 33600000 Farmaseuttiset tuotteet
Teloituspaikka:
Joint Nordic Procurement of Pharmaceuticals - 2025 - NF2.1303.b
Myöntävä elin:
Amgros I/S
Myöntämisnumero:
Lot No. 1

1. Buyer

1.1 Buyer

Official name : Amgros I/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Landspítali Háskólasjúkrahús
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Sykehusinnkjøp HF, divisjon legemidler
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Joint Nordic Procurement of Pharmaceuticals - 2025 - NF2.1303.b
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 in the countries. In Denmark certain pharmaceuticals are resold to the Faroe Island and Greenland. The obligation to deliver the pharmaceuticals in Iceland is subject to the precondition that the supplier obtains an exemption regarding printed labels and leaflets. If the supplier does not obtain such exemption the agreement will only apply to Denmark and Norway, see the Framework agreement section 2.2.1 and Appendix 6.
Procedure identifier : 0edad399-1c50-4471-8a6c-bd89708aa799
Previous notice : 133642-2024
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33600000 Pharmaceutical products

2.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 11 765 767 Euro
Maximum value of the framework agreement : 11 800 000 Euro

2.1.4 General information

Additional information : The procurement procedure is subject to Danish law and any complaints of the procurement procedure shall be lodged with the Danish Complaints Board for Public Procurement (Klagenævnet for udbud), see section 5.1.12. The Contracting Authorities have considered whether the tender group could be further subdivided. The Contracting Authorities have deemed that this is not the case based on the considerations of economies of scale, which will not be realizable with a further subdivision as well as costs and patient safety considerations related to the subsequent management of contract- and pharmaceuticals. In relation to sections 2.1.3 and 5.1.5 it should be noted that the estimated value indicated in section 2.1.3 is the total estimated value of all lot numbers for the duration of the framework agreement, including the option of renewal, see section 5.1.4. Section 5.1.5 sets out the estimated value for each lot number, including the option of renewal, see section 5.1.4. The value is based on the AIP ("Apotekernes Indkøbspris" published by the Danish Medicines Agency) of the pharmaceuticals. It should furthermore be noted that the estimated value is based on historic consumption data and that the actual purchase under a framework agreement may deviate significantly from the estimate, see section 5.1, paragraph 5.6 of the tender specifications and clause 4.2 of the framework agreement. When submitting a tender, suppliers must use the European Single Procurement Document (ESPD) in the tendering system for the declaration regarding the compulsory grounds for exclusion set out in sections 135-136 of the Danish Public Procurement Act (udbudsloven) (the Act can be found at www.retsinformation.dk). Further information on the completion and application of the ESPD in the tender process is available in the guide drawn up by Amgros in this respect and in the "Instructions for the European Single Procurement Document" drawn up by the Danish Competition and Consumer Authority (Konkurrence- og Forbrugerstyrelsen). The successful tenderer(s) to whom the Contracting Authorities intend to award the framework agreement must also, before the award, provide documentation to the Contracting Authorities regarding the absence of compulsory groundsfor exclusion as set out in sections 152-153 of the Public Procurement Act. The Contracting Authorities are not entitled to exclude a supplier who is subject to one or more of the mandatory exclusion grounds set out insections 135-136 of the Public Procurement Act if the supplier has provided sufficient documentation that the supplier is reliable, even if the supplier is subject to one or more of the grounds for exclusion set out in section138 of the Public Procurement Act. The Contracting Authorities reserve the right to carry out a so-called "self-cleaning" process if relevant. The supplier is required to confirm that they do not fall under the exclusion criteria outlined in section 134a of the Danish Public Procurement Act. However, they are not required to provide documentation to support this confirmation. It is noted that this tender falls under Article 5k of Regulation (EU) No. 833/2014, as amended by Regulation (EU) 2022/1269, which prohibits the awarding of contracts to Russian companies and Russian-controlled entities. The contracting authority reserves the right, at any stage of the tender process, to demand documentation proving that economic operators are not subject to this ban. This may include documentation regarding the location of establishment and ownership of the entities involved, as well as any of their subcontractors.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot No. 1
Description : ATC Code: J01DH02, Generic Name: Meropenem, Pharmaceutical form: Injection and Infusion Fluid, Strength: 500 mg, Pack size: Vial, Unit: 3 g, Quantity in units: Denmark: 5.578, Iceland: 433, Norway: 2.000. ATC Code: J01DH02, Generic Name: Meropenem, Pharmaceutical form: Injection and Infusion Fluid, Strength: 1000 mg, Pack size: Vial, Unit: 3 g, Quantity in units: Denmark: 176.842, Iceland: 11.000, Norway: 60.000. 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 corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.
Internal identifier : Lot No. 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33600000 Pharmaceutical products
Options :
Description of the options : Clause 8.2 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 two options may be exercised on the terms and conditions stipulated in the framework agreement. The estimated duration in section 5.1.3 is including the options for renewals. The framework agreements ordinary duration is from 1.4.2025 to 31.3.2027.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/03/2029

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The Contracting Authorities shall be entitled to extend the framework agreement up to two times for each pharmaceutical on unchanged terms and conditions by up to 12 months. See Framework Agreement section 8.2.

5.1.5 Value

Estimated value excluding VAT : 11 765 767 Euro
Maximum value of the framework agreement : 11 800 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Description of the method to be used if weighting cannot be expressed by criteria : Number of points for a given sub-criterion * the weighting of the sub-criterion specified in paragraph 10.1 of the tender specifications.
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement (Act no. 593 of 2 June 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.
Organisation providing additional information about the procurement procedure : Amgros I/S -
Organisation providing offline access to the procurement documents : Amgros I/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

Maximum value of the framework agreements in this notice : 11 800 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 11 800 000 Euro

6.1.2 Information about winners

Winner :
Official name : FrostPharma AB
Tender :
Tender identifier : Bidding No. 40601
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
The tender was ranked : yes
Rank in the list of winners : 3
Subcontracting : No
Contract information :
Identifier of the contract : Lot No. 1 - Frost Pharma AB - Bidding No. 40601
Date of the conclusion of the contract : 30/09/2024
The contract is awarded within a framework agreement : no
Winner :
Official name : EQL Pharma AB
Tender :
Tender identifier : Bidding No. 40600
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting : No
Contract information :
Identifier of the contract : Lot No. 1 - EQL AB - Bidding No. 40600
Date of the conclusion of the contract : 30/09/2024
The contract is awarded within a framework agreement : no
Winner :
Official name : Navamedic AB
Tender :
Tender identifier : Bidding No. 40602
Identifier of lot or group of lots : LOT-0001
Value of the tender : 3 256 789 Euro
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : No
Contract information :
Identifier of the contract : Lot No. 1 - Navamedic AB - Bidding No. 40602
Date of the conclusion of the contract : 30/09/2024
The contract is awarded within a framework agreement : no

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : Amgros I/S
Registration number : 14479880
Postal address : Dampfærgevej 22
Town : København Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Flemming Sonne
Telephone : +45 88713000
Internet address : https://amgros.dk
Roles of this organisation :
Buyer
Group leader
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Landspítali Háskólasjúkrahús
Registration number : 500300-2130
Postal address : Skaftahlíð 24
Town : Reykjavik
Postcode : 105
Country subdivision (NUTS) : Höfuðborgarsvæði ( IS001 )
Country : Iceland
Contact point : Hulda Harðardóttir
Telephone : +3545431512
Internet address : http://www.rikiskaup.is/
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Sykehusinnkjøp HF, divisjon legemidler
Registration number : 916879067
Postal address : Grev Wedels Plass 7 5. etasje
Town : Oslo
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Eirik Sverrisson
Telephone : +4778950700
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0005

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0006

Official name : Navamedic AB
Size of the economic operator : Micro, small, or medium
Registration number : 556564-9661
Postal address : Göteborgsvägen 74
Town : Göteborg
Postcode : SE-433 63
Country subdivision (NUTS) : Västra Götalands län ( SE232 )
Country : Sweden
Telephone : +46 31 335 11 90
Internet address : https:// www.infose@navamedic.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0007

Official name : EQL Pharma AB
Size of the economic operator : Micro, small, or medium
Registration number : 556713-3425
Postal address : Stortorget 1
Town : Lund
Postcode : SE-22223
Country subdivision (NUTS) : Skåne län ( SE224 )
Country : Sweden
Telephone : +46 46 12 01 70
Internet address : https://www.eqlpharma.com/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0008

Official name : FrostPharma AB
Size of the economic operator : Micro, small, or medium
Registration number : 556814-1708
Postal address : Berga Backe 2
Town : Danderyd
Postcode : SE-182 53
Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Telephone : +46 8243660
Internet address : https://www.frostpharma.se
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 6ee68947-8e11-4365-90df-b528e5c450b3 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 10/06/2025 09:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00375509-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025