NII - Framework agreement for the procurement of medicines and multi-dose

Kristiansund municipality shall, on behalf of NII (Nordmøre Intermunicipal Procurement Cooperation), enter into a new framework agreement for the delivery of medicines and multi-dose to institutions and home care services, as well as an option for pharmaceutical inspection, courses and e-learning. Deadline for submitting questions to the competition: 17 October …

CPV: 33000000 Lääketieteelliset laitteet, farmaseuttiset valmisteet ja henkilökohtaiseen hygieniaan liittyvät tuotteet, 33610000 Ruoansulatuselinten sairauksien ja aineenvaihduntasairauksien lääkkeet, 33611000 Liikahappoisuuden hoitoon tarkoitetut valmisteet, 33612000 Ruoansulatuskanavan toiminnallisten häiriöiden lääkkeet, 33615000 Diabeteslääkkeet, 33620000 Veritautien sekä sydän- ja verisuonisairauksien lääkkeet, 33621000 Veritautien lääkkeet, 33622000 Sydän- ja verisuonitautien lääkkeet, 33622100 Sydänlääkkeet, 33630000 Ihotautilääkkeet sekä tuki- ja liikuntaelinten sairauksien lääkkeet, 33631000 Ihotautilääkkeet, 33632000 Tuki- ja liikuntaelinten sairauksien lääkkeet, 33640000 Sukupuoli- ja virtsaelinten sairauksien lääkkeet sekä hormonit, 33641000 Sukupuoli- ja virtsaelinten sairauksien lääkkeet, sukupuolihormonit, 33652200 Endokrinologiset lääkeaineet, 33660000 Hermostoon vaikuttavat lääkkeet sekä silmä- ja korvatautien lääkkeet, 33661000 Hermostoon vaikuttavat lääkkeet, 33661700 Muut hermostoon vaikuttavat lääkkeet, 33662000 Silmä- ja korvatautien lääkkeet, 33670000 Hengityselinten sairauksien lääkkeet, 33690000 Muut lääkkeet
Määräaika:
3. marraskuuta 2025 kello 11.00
Määräajan tyyppi:
Tarjouksen jättäminen
Teloituspaikka:
NII - Framework agreement for the procurement of medicines and multi-dose
Myöntävä elin:
Kristiansund kommune
Myöntämisnumero:
25/06294

1. Buyer

1.1 Buyer

Official name : Kristiansund kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : NII - Framework agreement for the procurement of medicines and multi-dose
Description : Kristiansund municipality shall, on behalf of NII (Nordmøre Intermunicipal Procurement Cooperation), enter into a new framework agreement for the delivery of medicines and multi-dose to institutions and home care services, as well as an option for pharmaceutical inspection, courses and e-learning. Deadline for submitting questions to the competition: 17 October 2025 Tender deadline: 3 November 2025.
Procedure identifier : c5e7254f-39b0-486f-8f7a-4e2000447f7a
Internal identifier : 25/06294
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Kristiansund municipality, on behalf of Nordmøre Intermunicipal Procurement Co-operation (NII), announces a competition for a new framework agreement for the delivery of medicines and multi-dose to institution and home services, as well as an option for pharmaceutical inspections and courses & e-learning. The estimated value is estimated to be approx. NOK 60 million over 4 years. The amount is set as an estimate based on statistics and price increase. The actual amount can, however, vary based on the number of users in the different municipalities. Tenders shall be submitted for all participating municipalities. Furthermore, the tenders shall include all types of departments/groups in one municipality.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33610000 Medicinal products for the alimentary tract and metabolism
Additional classification ( cpv ): 33611000 Medicinal products for acid related disorders
Additional classification ( cpv ): 33612000 Medicinal products for functional gastrointestinal disorders
Additional classification ( cpv ): 33615000 Medicinal products used in diabetes
Additional classification ( cpv ): 33620000 Medicinal products for the blood, blood-forming organs and the cardiovascular system
Additional classification ( cpv ): 33621000 Medicinal products for the blood and blood-forming organs
Additional classification ( cpv ): 33622000 Medicinal products for the cardiovascular system
Additional classification ( cpv ): 33622100 Cardiac therapy medicinal products
Additional classification ( cpv ): 33630000 Medicinal products for dermatology and the musculo-skeletal system
Additional classification ( cpv ): 33631000 Medicinal products for dermatology
Additional classification ( cpv ): 33632000 Medicinal products for the musculo-skeletal system
Additional classification ( cpv ): 33640000 Medicinal products for the genitourinary system and hormones
Additional classification ( cpv ): 33641000 Medicinal products for the genitourinary system and sex hormones
Additional classification ( cpv ): 33652200 Endocrine therapy medicinal products
Additional classification ( cpv ): 33660000 Medicinal products for the nervous system and sensory organs
Additional classification ( cpv ): 33661000 Medicinal products for the nervous system
Additional classification ( cpv ): 33661700 Other nervous system medicinal products
Additional classification ( cpv ): 33662000 Medicinal products for sensory organs
Additional classification ( cpv ): 33670000 Medicinal products for the respiratory system
Additional classification ( cpv ): 33690000 Various medicinal products

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Kristiansund municipality shall, on behalf of NII enter into a new framework agreement for the delivery of medicines and multi-dose to institutions and home care services, as well as an option for pharmaceutical inspection, courses and e-learning. Deadline for submitting questions to the tender contest: 17 October 2025. Tender deadline: 3 November 2025.

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 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 : NII - Framework agreement for the procurement of medicines and multi-dose
Description : Kristiansund municipality shall, on behalf of NII (Nordmøre Intermunicipal Procurement Cooperation), enter into a new framework agreement for the delivery of medicines and multi-dose to institutions and home care services, as well as an option for pharmaceutical inspection, courses and e-learning. Deadline for submitting questions to the competition: 17 October 2025 Tender deadline: 3 November 2025.
Internal identifier : 25/06294

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33610000 Medicinal products for the alimentary tract and metabolism
Additional classification ( cpv ): 33611000 Medicinal products for acid related disorders
Additional classification ( cpv ): 33612000 Medicinal products for functional gastrointestinal disorders
Additional classification ( cpv ): 33615000 Medicinal products used in diabetes
Additional classification ( cpv ): 33620000 Medicinal products for the blood, blood-forming organs and the cardiovascular system
Additional classification ( cpv ): 33621000 Medicinal products for the blood and blood-forming organs
Additional classification ( cpv ): 33622000 Medicinal products for the cardiovascular system
Additional classification ( cpv ): 33622100 Cardiac therapy medicinal products
Additional classification ( cpv ): 33630000 Medicinal products for dermatology and the musculo-skeletal system
Additional classification ( cpv ): 33631000 Medicinal products for dermatology
Additional classification ( cpv ): 33632000 Medicinal products for the musculo-skeletal system
Additional classification ( cpv ): 33640000 Medicinal products for the genitourinary system and hormones
Additional classification ( cpv ): 33641000 Medicinal products for the genitourinary system and sex hormones
Additional classification ( cpv ): 33652200 Endocrine therapy medicinal products
Additional classification ( cpv ): 33660000 Medicinal products for the nervous system and sensory organs
Additional classification ( cpv ): 33661000 Medicinal products for the nervous system
Additional classification ( cpv ): 33661700 Other nervous system medicinal products
Additional classification ( cpv ): 33662000 Medicinal products for sensory organs
Additional classification ( cpv ): 33670000 Medicinal products for the respiratory system
Additional classification ( cpv ): 33690000 Various medicinal products

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/01/2026
Duration end date : 14/01/2028

5.1.5 Value

Estimated value excluding VAT : 60 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. • 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.
Criterion : Financial ratio
Description : 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. Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will obtain such information from the Bisnode.no- and we therefore ask tenderers to check that such information is available.
Criterion : References on specified deliveries
Description : Tenderers shall have experience from comparable contracts. Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Tenderers shall have sufficient implementation ability and capacity. The contracting authority requests information on the competence of key personnel, contact persons and those who shall handle the deliveries. Overview of CVs as well as any authorisations where required as well as a description of formal education.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers must be certified for environmental management in the form of ISO 14001, EMAS or Miljøfyrtårn . Tenderers cannot rely on others to fulfil this requirement. Documentation of certification for ISO 14001, EMAS or Miljøfyrtårn Or Documentation of the tenderer's environmental management system, if the tenderer is not certified, cf. the above. It must be documented that the company works systematically to reduce its external environmental impact in all aspects of the business. Other certificates issued by bodies in other EEA countries can also be submitted, provided that the tenderer can document that these are equivalent to EMAS or ISO 14001. Tenderers shall have a well-functioning quality assurance system. The tenderer cannot rely on others to comply with this requirement. Documentation of certification of ISO 9001 or a system certificate issued by accredited certification bodies that are equivalent to ISO 9001. Or: Documentation of the tenderer ́s quality assurance system, if the tenderer is not certified, cf. Above. Documentation shall show satisfactory quality assurance of the delivery.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264923682.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 : 03/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 03/11/2025 11:00 +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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Nordmøre og Romsdal Tingrett
Information about review deadlines : The waiting period is ten days.

8. Organisations

8.1 ORG-0001

Official name : Kristiansund kommune
Registration number : 991891919
Postal address : Kaibakken 2
Town : KRISTIANSUND N
Postcode : 6509
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Inger Aarsund
Telephone : +47 71574388
Fax : +47 71586144
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nordmøre og Romsdal Tingrett
Registration number : 935365120
Department : Kristiansund
Postal address : Storgata 43
Town : KRISTIANSUND N.
Postcode : 6508
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 11b9b24e-9d6c-4916-b155-0407fc32bb9d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/09/2025 10:51 +00:00
Notice dispatch date (eSender) : 19/09/2025 11:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00618641-2025
OJ S issue number : 181/2025
Publication date : 22/09/2025