Joint Nordic Procurement of Pharmaceuticals - 2025 - NF2.1302.a

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. Under this tender group, the …

CPV: 33600000 Produits pharmaceutiques
Lieu d'exécution:
Joint Nordic Procurement of Pharmaceuticals - 2025 - NF2.1302.a
Service d'adjudication:
Amgros I/S
Numéro d'adjudication:
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 - NF2.1302.a
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. Under this tender group, the pharmaceuticals are tendered under each lot no. for the purpose of supplying the Contracting Authorities as 2 markets (Norway as 1 market and Denmark and Iceland as 1 market) see the tender specification. 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 : 96e9d894-f9c6-4087-a328-696fdd71d6eb
Previous notice : 134266-2024
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 : 18 146 993 Euro
Maximum value of the framework agreement : 18 750 000 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: A04AA01, Generic Name: Ondansetron, Pharmaceutical form: Injection Fluid (ampule), Strength: 2 mg/ml, Pack size: 2 ml, Unit: 16 mg, Quantity in units: Denmark: 234.183, Iceland: 9.750. ATC Code: A04AA01, Generic Name: Ondansetron, Pharmaceutical form: Injection Fluid (ampule), Strength: 2 mg/ml, Pack size: 4 ml, Unit: 16 mg, Quantity in units: Denmark: 15.640, Iceland: 10.000. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 1 and 2, which are linked lot numbers. If there is only one compliant tender for either lot numbers 1 or 2, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 1 and 2, the award under lot number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 1 and 2, and there are several compliant tenders for both lot numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 1, since the framework agreement for lot number 2 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 1 and 2. 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 : 1 954 865 Euro
Maximum value of the framework agreement : 2 000 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0002

Title : Lot No. 2
Description : ATC Code: A04AA01, Generic Name: Ondansetron, Pharmaceutical form: Injection Fluid (ampule), Strength: 2 mg/ml, Pack size: 2 ml, Unit: 16 mg, Quantity in units: Norway: 165.000. ATC Code: A04AA01, Generic Name: Ondansetron, Pharmaceutical form: Injection Fluid (ampule), Strength: 2 mg/ml, Pack size: 4 ml, Unit: 16 mg, Quantity in units: Norway 20.000. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 1 and 2, which are linked lot numbers. If there is only one compliant tender for either lot numbers 1 or 2, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 1 and 2, the award under lot number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 1 and 2, and there are several compliant tenders for both lot numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 1, since the framework agreement for lot number 2 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 1 and 2. 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. 2

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 : 1 335 120 Euro
Maximum value of the framework agreement : 1 400 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0003

Title : Lot No. 3
Description : ATC Code: H02AB09, Generic Name: Hydrocortisone, Pharmaceutical form: Injection Fluid, Strength: 100 mg, Unit: 30 mg, Quantity in units: Norway: 433.333. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 3 and 4, which are linked lot numbers. If there is only one compliant tender for either lot numbers 3 or 4, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 3 and 4, the award under lot number 3 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 3 and 4, and there are several compliant tenders for both lot numbers 3 and 4, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 3, since the framework agreement for lot number 4 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 3 and 4, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 3 and 4. 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. 3

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 : 1 294 191 Euro
Maximum value of the framework agreement : 1 300 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0004

Title : Lot No. 4
Description : ATC Code: H02AB09, Generic Name: Hydrocortisone, Pharmaceutical form: Injection Fluid, Strength: 100 mg, Unit: 30 mg, Quantity in units: Denmark: 313.146, Iceland: 73.333. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 3 and 4, which are linked lot numbers. If there is only one compliant tender for either lot numbers 3 or 4, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 3 and 4, the award under lot number 3 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 3 and 4, and there are several compliant tenders for both lot numbers 3 and 4, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 3, since the framework agreement for lot number 4 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 3 and 4, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 3 and 4. 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. 4

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 : 1 154 257 Euro
Maximum value of the framework agreement : 1 200 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0005

Title : Lot No. 5
Description : ATC Code: J02AC01, Generic Name: Fluconazole, Pharmaceutical form: Infusion Fluid, Strength: 2 mg/ml, Pack size: 50 ml, Unit: 200 mg, Quantity in units: Denmark: 2.760, Iceland: 350. ATC Code: J02AC01, Generic Name: Fluconazole, Pharmaceutical form: Infusion Fluid, Strength: 2 mg/ml, Pack size: 100 ml, Unit: 200 mg, Quantity in units: Denmark: 56.360, Iceland: 4.200. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 5 and 6, which are linked lot numbers. If there is only one compliant tender for either lot numbers 5 or 6, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 5 and 6, the award under lot number 5 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 5 and 6, and there are several compliant tenders for both lot numbers 5 and 6, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 5, since the framework agreement for lot number 6 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 5 and 6, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 5 and 6. 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. 5

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 : 474 616 Euro
Maximum value of the framework agreement : 500 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0006

Title : Lot No. 6
Description : ATC Code: J02AC01, Generic Name: Fluconazole, Pharmaceutical form: Infusion Fluid, Strength: 2 mg/ml, Pack size: 50 ml, Unit: 200 mg, Quantity in units: Norway: 2.500. ATC Code: J02AC01, Generic Name: Fluconazole, Pharmaceutical form: Infusion Fluid, Strength: 2 mg/ml, Pack size: 100 ml, Unit: 200 mg, Quantity in units: Norway: 25.000. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 5 and 6, which are linked lot numbers. If there is only one compliant tender for either lot numbers 5 or 6, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 5 and 6, the award under lot number 5 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 5 and 6, and there are several compliant tenders for both lot numbers 5 and 6, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 5, since the framework agreement for lot number 6 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 5 and 6, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 5 and 6. 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. 6

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 : 203 753 Euro
Maximum value of the framework agreement : 250 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0007

Title : Lot No. 7
Description : ATC Code: J02AC01, Generic Name: Fluconazole, Pharmaceutical form: Infusion Fluid, Strength: 2 mg/ml, Pack size: 200 ml, Unit: 200 mg, Quantity in units: Denmark: 48.400, Iceland: 999. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 7 and 8, which are linked lot numbers. If there is only one compliant tender for either lot numbers 7 or 8, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 7 and 8, the award under lot number 7 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 7 and 8, and there are several compliant tenders for both lot numbers 7 and 8, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 7, since the framework agreement for lot number 8 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 7 and 8, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 7 and 8. 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. 7

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 : 262 112 Euro
Maximum value of the framework agreement : 300 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0008

Title : Lot No. 8
Description : ATC Code: J02AC01, Generic Name: Fluconazole, Pharmaceutical form: Infusion Fluid, Strength: 2 mg/ml, Pack size: 200 ml, Unit: 200 mg, Quantity in units: Norway: 9.999. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 7 and 8, which are linked lot numbers. If there is only one compliant tender for either lot numbers 7 or 8, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 7 and 8, the award under lot number 7 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 7 and 8, and there are several compliant tenders for both lot numbers 7 and 8, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 7, since the framework agreement for lot number 8 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 7 and 8, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 7 and 8. 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. 8

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 : 54 150 Euro
Maximum value of the framework agreement : 100 000 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 -

5.1 Lot technical ID : LOT-0009

Title : Lot No. 9
Description : ATC Code: J05AB01, Generic Name: Aciclovir, Pharmaceutical form: Infusion Fluid, Strength: 25 mg/ml, Unit: 4 g, Quantity in units: Norway: 8.750. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 9 and 10, which are linked lot numbers. If there is only one compliant tender for either lot numbers 9 or 10, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 9 and 10, the award under lot number 9 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 9 and 10, and there are several compliant tenders for both lot numbers 9 and 10, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 9, since the framework agreement for lot number 10 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 9 and 10, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 9 and 10. 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. 9

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 : 2 205 797 Euro
Maximum value of the framework agreement : 2 300 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0010

Title : Lot No. 10
Description : ATC Code: J05AB01, Generic Name: Aciclovir, Pharmaceutical form: Infusion Fluid, Strength: 25 mg/ml, Unit: 4 g, Quantity in units: Denmark: 8.662, Iceland: 44. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 9 and 10, which are linked lot numbers. If there is only one compliant tender for either lot numbers 9 or 10, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 9 and 10, the award under lot number 9 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 9 and 10, and there are several compliant tenders for both lot numbers 9 and 10, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 9, since the framework agreement for lot number 10 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 9 and 10, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 9 and 10. 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. 10

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 : 2 194 642 Euro
Maximum value of the framework agreement : 2 200 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0011

Title : Lot No. 11
Description : ATC Code: L01BA01, Generic Name: Methotrexate, Pharmaceutical form: Infusion Fluid, Strength: 100 mg/ml, Pack size: 10 ml, Unit: 11,429 mg, Quantity in units: Norway: 349.987. ATC Code: L01BA01, Generic Name: Methotrexate, Pharmaceutical form: Infusion Fluid, Strength: 100 mg/ml, Pack size: 50 ml, Unit: 11,429 mg, Quantity in units: Norway: 1.312.451. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 11 and 12, which are linked lot numbers. If there is only one compliant tender for either lot numbers 11 or 12, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 11 and 12, the award under lot number 11 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 11 and 12, and there are several compliant tenders for both lot numbers 11 and 12, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 11, since the framework agreement for lot number 12 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 11 and 12, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 11 and 12. 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. 11

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 : 849 633 Euro
Maximum value of the framework agreement : 900 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0012

Title : Lot No. 12
Description : ATC Code: L01BA01, Generic Name: Methotrexate, Pharmaceutical form: Infusion Fluid, Strength: 100 mg/ml, Pack size: 10 ml, Unit: 11,429 mg, Quantity in units: Denmark: 116.721, Iceland: 17.499. ATC Code: L01BA01, Generic Name: Methotrexate, Pharmaceutical form: Infusion Fluid, Strength: 100 mg/ml, Pack size: 50 ml, Unit: 11,429 mg, Quantity in units: Denmark: 1.388.574, Iceland: 61.248. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 11 and 12, which are linked lot numbers. If there is only one compliant tender for either lot numbers 11 or 12, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 11 and 12, the award under lot number 11 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 11 and 12, and there are several compliant tenders for both lot numbers 11 and 12, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 11, since the framework agreement for lot number 12 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 11 and 12, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 11 and 12. 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. 12

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 : 787 664 Euro
Maximum value of the framework agreement : 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0013

Title : Lot No. 13
Description : ATC Code: N02BE01, Generic Name: Paracetamol, Pharmaceutical form: Infusion Fluid, Strength: 10 mg/ml, Pack size: 10-50 ml, Unit: 3 g, Quantity in units: Norway: 10.000. ATC Code: N02BE01, Generic Name: Paracetamol, Pharmaceutical form: Infusion Fluid, Strength: 10 mg/ml, Pack size: 100 ml, Unit: 3 g, Quantity in units: Norway: 466.667. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 13 and 14, which are linked lot numbers. If there is only one compliant tender for either lot numbers 13 or 14, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 13 and 14, the award under lot number 13 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 13 and 14, and there are several compliant tenders for both lot numbers 13 and 14, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 13, since the framework agreement for lot number 14 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 13 and 14, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 13 and 14. 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. 13

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 : 3 069 705 Euro
Maximum value of the framework agreement : 3 100 000 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 -
Organisation signing the contract : Amgros I/S

5.1 Lot technical ID : LOT-0014

Title : Lot No. 14
Description : ATC Code: N02BE01, Generic Name: Paracetamol, Pharmaceutical form: Infusion Fluid, Strength: 10 mg/ml, Pack size: 10-50 ml, Unit: 3 g, Quantity in units: Denmark: 3.525, Iceland: 417. ATC Code: N02BE01, Generic Name: Paracetamol, Pharmaceutical form: Infusion Fluid, Strength: 10 mg/ml, Pack size: 100 ml, Unit: 3 g, Quantity in units: Denmark: 323.184, Iceland: 33.333. Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 13 and 14, which are linked lot numbers. If there is only one compliant tender for either lot numbers 13 or 14, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”. If there are several compliant tenders for both lot numbers 13 and 14, the award under lot number 13 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 13 and 14, and there are several compliant tenders for both lot numbers 13 and 14, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 13, since the framework agreement for lot number 14 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned. If there is only one compliant tender for both lot numbers 13 and 14, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both lot numbers 13 and 14. 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. 14

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 : 2 306 484 Euro
Maximum value of the framework agreement : 2 400 000 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 -
Organisation signing the contract : Amgros I/S

6. Results

Maximum value of the framework agreements in this notice : 18 750 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Fresenius Kabi
Tender :
Tender identifier : Bidding no. 40605
Identifier of lot or group of lots : LOT-0001
Value of the tender : 438 120 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 1 - Fresenius Kabi - Bidding No. 40605
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Accord Healthcare A/S

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 : 2
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2
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 : 1
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

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 400 000 Euro

6.1.2 Information about winners

Winner :
Official name : Hameln Pharma ApS
Tender :
Tender identifier : Bidding no. 40631
Identifier of lot or group of lots : LOT-0002
Value of the tender : 816 960 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 2 - Hameln Pharma ApS - Bidding No. 40631
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Fresenius Kabi
Tenderer :
Official name : Accord Healthcare A/S

6.1.4 Statistical information

Received tenders or requests to participate :
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 micro, small or medium tenderers
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 : 2
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

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 300 000 Euro

6.1.2 Information about winners

Winner :
Official name : Pfizer ApS
Tender :
Tender identifier : Bidding no. 40625
Identifier of lot or group of lots : LOT-0003
Value of the tender : 932 000 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 3 - Pfizer ApS - Bidding No. 40625
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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 : 1
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

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 200 000 Euro

6.1.2 Information about winners

Winner :
Official name : Pfizer ApS
Tender :
Tender identifier : Bidding no. 40626
Identifier of lot or group of lots : LOT-0004
Value of the tender : 820 799 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 4 - Pfizer ApS - Bidding No. 40626
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 500 000 Euro

6.1.2 Information about winners

Winner :
Official name : Fresenius Kabi
Tender :
Tender identifier : Bidding no. 40607
Identifier of lot or group of lots : LOT-0005
Value of the tender : 79 008 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 5 - Fresenius Kabi - Bidding No. 40607
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.3 Non-winning tenderers :

Tenderer :
Official name : B. Braun Medical A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 2
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

6.1 Result lot ldentifier : LOT-0006

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 250 000 Euro

6.1.2 Information about winners

Winner :
Official name : B. Braun Medical AS
Tender :
Tender identifier : Bidding no. 40618
Identifier of lot or group of lots : LOT-0006
Value of the tender : 324 000 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 6 - B. Braun Medical AS - Bidding No. 40618
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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

6.1 Result lot ldentifier : LOT-0007

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 300 000 Euro

6.1.2 Information about winners

Winner :
Official name : Fresenius Kabi
Tender :
Tender identifier : Bidding no. 40608
Identifier of lot or group of lots : LOT-0007
Value of the tender : 81 782 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 7 - Fresenius Kabi - Bidding No. 40608
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.3 Non-winning tenderers :

Tenderer :
Official name : B. Braun Medical A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 2
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

6.1 Result lot ldentifier : LOT-0008

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 0
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

6.1 Result lot ldentifier : LOT-0009

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 300 000 Euro

6.1.2 Information about winners

Winner :
Official name : Accord Healthcare A/S
Tender :
Tender identifier : Bidding no. 40611
Identifier of lot or group of lots : LOT-0009
Value of the tender : 1 517 400 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 9 - Accord Healthcare AB - Bidding No. 40611
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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 : 1
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

6.1 Result lot ldentifier : LOT-0010

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 200 000 Euro

6.1.2 Information about winners

Winner :
Official name : Accord Healthcare A/S
Tender :
Tender identifier : Bidding no. 40612
Identifier of lot or group of lots : LOT-0010
Value of the tender : 1 936 740 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 10 - Accord Healthcare AB - Bidding No. 40612
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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 : 1
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

6.1 Result lot ldentifier : LOT-0011

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 900 000 Euro

6.1.2 Information about winners

Winner :
Official name : Sandoz A/S
Tender :
Tender identifier : Bidding no. 40615
Identifier of lot or group of lots : LOT-0011
Value of the tender : 1 128 980 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 11 - Sandoz A/S - Bidding No. 40615
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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 : 1
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

6.1 Result lot ldentifier : LOT-0012

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

6.1.2 Information about winners

Winner :
Official name : Sandoz A/S
Tender :
Tender identifier : Bidding no. 40616
Identifier of lot or group of lots : LOT-0012
Value of the tender : 1 375 722 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 12 - Sandoz A/S- Bidding No. 40616
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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 : 1
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

6.1 Result lot ldentifier : LOT-0013

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 3 100 000 Euro

6.1.2 Information about winners

Winner :
Official name : B. Braun Medical AS
Tender :
Tender identifier : Bidding no. 40619
Identifier of lot or group of lots : LOT-0013
Value of the tender : 1 859 000 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 13 - B. Braun Medical A/S - Bidding No. 40619
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Baxter A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 2
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 : 1
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

6.1 Result lot ldentifier : LOT-0014

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 400 000 Euro

6.1.2 Information about winners

Winner :
Official name : Baxter A/S
Tender :
Tender identifier : Bidding no. 40604
Identifier of lot or group of lots : LOT-0014
Value of the tender : 1 194 690 Euro
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot number 14 - Baxter A/S - Bidding No. 40604
Date of the conclusion of the contract : 30/09/2024
Organisation signing the contract : Amgros I/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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
Organisation signing the contract

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 : B. Braun Medical A/S
Registration number : 20343249
Postal address : Dirch Passers Alle 27, 3 sal
Town : Frederiksberg
Postcode : 2000
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : 33313141
Internet address : https://bbraun.dk
Roles of this organisation :
Tenderer

8.1 ORG-0007

Official name : B. Braun Medical AS
Size of the economic operator : Micro, small, or medium
Registration number : 914 113 172
Postal address : Mathilde Henriksens vei 1
Town : Vestskogen
Postcode : N-3142
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : +47 33 35 18 00
Internet address : https://www.bbraun.no
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0006 LOT-0013

8.1 ORG-0008

Official name : Fresenius Kabi
Size of the economic operator : Micro, small, or medium
Registration number : 21347809
Postal address : Islands Brygge 57
Town : København S
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : 33181600
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0005 LOT-0007

8.1 ORG-0009

Official name : Accord Healthcare A/S
Size of the economic operator : Micro, small, or medium
Registration number : 556810-0258
Postal address : Frösundaviks Allé 1
Town : Solna
Postcode : 169 70
Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Telephone : +46 86240025
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0009 LOT-0010

8.1 ORG-0010

Official name : Hameln Pharma ApS
Size of the economic operator : Micro, small, or medium
Registration number : 39720213
Postal address : Naverland 22
Town : Glostrup
Postcode : 2600
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : 5171 7547
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0011

Official name : Pfizer ApS
Size of the economic operator : Micro, small, or medium
Registration number : 66351912
Postal address : Lautrupvang 8
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 44201100
Internet address : https://www.pfizer.dk
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003 LOT-0004

8.1 ORG-0012

Official name : Sandoz A/S
Size of the economic operator : Micro, small, or medium
Registration number : 27744532
Postal address : Edvard Thomsens Vej 14
Town : København S
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : 63951000
Internet address : https://www.sandoz.dk
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0011 LOT-0012

8.1 ORG-0013

Official name : Baxter A/S
Size of the economic operator : Micro, small, or medium
Registration number : 72246012
Postal address : Tobaksvejen 23A
Town : Søborg
Postcode : 2860
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : 4816 6400
Internet address : http://www.baxter.dk
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0014

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 : 2ea07466-95f9-4486-904b-0b62a147be59 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 10/06/2025 09:29 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00373008-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025