25/01335 Framework agreement for antibiotic products for resistance provision - The Norwegian Institute of Public Health

The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories: Antibiotic patches, with compatible dispensers as option Gradient strips with compatible equipment for application as an option Antibiotic powder for solutions Plates with antibiotics for broth microfortification, with compatible dispensers as …

CPV: 33600000 Pharmaceutical products, 38000000 Laboratory, optical and precision equipments (excl. glasses)
spriocdháta:
Lún. 8, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
25/01335 Framework agreement for antibiotic products for resistance provision - The Norwegian Institute of Public Health
clárlann:
Norsk Helsenett SF
uimhir dámhachtana:
25/01335

1. Buyer

1.1 Buyer

Official name : Norsk Helsenett SF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : 25/01335 Framework agreement for antibiotic products for resistance provision - The Norwegian Institute of Public Health
Description : The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories: Antibiotic patches, with compatible dispensers as option Gradient strips with compatible equipment for application as an option Antibiotic powder for solutions Plates with antibiotics for broth microfortification, with compatible dispensers as optionThese products are used for manual resistance determination of bacteria, using gradient strips, disco fusion and growth in. liquid media (antibiotic solutions). In order to ensure an efficient and standardised resistance provision, there are requirements for quality, functionality and compatibility with existing laboratory equipment. The products in this agreement are decisive for monitoring antimicrobial resistance and it forms an important basis for choosing antibiotic treatment. In addition, they form the basis for clinical decisions in connection with antibiotic treatment of patients. The framework agreement ensures access to quality products with the necessary functionality and compatibility, while facilitating efficient ordering routines and stable supply. The competition will be held as an open tender contest in accordance with the Public Procurement Act and part III of the regulations. The contract will be entered into as a framework agreement with one or more tenderers per sub-area (product group), depending on the tender situation and the result of the evaluation. The tenders will be evaluated per sub-area (A-D), and the contracting authority will award a contract to the tenderer(s) that offer the best price-quality ratio for each sub-area. If a supplier gives the best value in several sub-areas in total, a framework agreement can be signed that covers them with one tenderer. If different tenderers offer the best value within different sub-areas, separate contracts will be signed per sub-area. This flexibility shall ensure a high degree of contract coverage, delivery security and cost efficiency. The final number of contracts will therefore depend on how the tenders are distributed qualitatively and price wise within each sub-area.
Procedure identifier : 87a4975b-a6e4-4364-ba2a-7bb33bc7be6e
Internal identifier : 25/01335
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories: Antibiotic patches, with compatible dispensers as option Gradient strips with compatible equipment for application as an option Anti-antibiotic powder for solutions Plates with antibiotics for brothong microfortification, with compatible dispensers as optionThese products are used for manual resistance determination of bacteria, using gradient strips, disco fusion and growth. in liquid media (antibiotic solutions). In order to ensure an efficient and standardised resistance provision, there are requirements for quality, functionality and compatibility with existing laboratory equipment. The products in this agreement are decisive for monitoring antimicrobial resistance and it forms an important basis for choosing antibiotic treatment. In addition, they form the basis for clinical decisions in connection with antibiotic treatment of patients. The framework agreement ensures access to quality products with the necessary functionality and compatibility, while facilitating efficient ordering routines and stable supply. The competition will be held as an open tender contest in accordance with the Public Procurement Act and part III of the regulations. The contract will be entered into as a framework agreement with one or more tenderers per sub-area (product group), depending on the tender situation and the result of the evaluation. The tenders will be evaluated per sub-area (A-D), and the contracting authority will award a contract to the tenderer(s) that offer the best price-quality ratio for each sub-area. If a supplier gives the best value in several sub-areas in total, a framework agreement can be signed that covers them with one tenderer. If different tenderers offer the best value within different sub-areas, separate contracts will be signed per sub-area. This flexibility shall ensure a high degree of contract coverage, delivery security and cost efficiency. The final number of contracts will therefore depend on how the tenders are distributed qualitatively and price wise within each sub-area.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33600000 Pharmaceutical products
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 25/01335 Framework agreement for antibiotic products for resistance provision - The Norwegian Institute of Public Health
Description : The framework agreement for antibiotic products for resistance provision includes the following antibiotic products, divided in four product categories: Antibiotic patches, with compatible dispensers as option Gradient strips with compatible equipment for application as an option Antibiotic powder for solutions Plates with antibiotics for broth microfortification, with compatible dispensers as optionThese products are used for manual resistance determination of bacteria, using gradient strips, disco fusion and growth in. liquid media (antibiotic solutions). In order to ensure an efficient and standardised resistance provision, there are requirements for quality, functionality and compatibility with existing laboratory equipment. The products in this agreement are decisive for monitoring antimicrobial resistance and it forms an important basis for choosing antibiotic treatment. In addition, they form the basis for clinical decisions in connection with antibiotic treatment of patients. The framework agreement ensures access to quality products with the necessary functionality and compatibility, while facilitating efficient ordering routines and stable supply. The competition will be held as an open tender contest in accordance with the Public Procurement Act and part III of the regulations. The contract will be entered into as a framework agreement with one or more tenderers per sub-area (product group), depending on the tender situation and the result of the evaluation. The tenders will be evaluated per sub-area (A-D), and the contracting authority will award a contract to the tenderer(s) that offer the best price-quality ratio for each sub-area. If a supplier gives the best value in several sub-areas in total, a framework agreement can be signed that covers them with one tenderer. If different tenderers offer the best value within different sub-areas, separate contracts will be signed per sub-area. This flexibility shall ensure a high degree of contract coverage, delivery security and cost efficiency. The final number of contracts will therefore depend on how the tenders are distributed qualitatively and price wise within each sub-area.
Internal identifier : 25/01335

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33600000 Pharmaceutical products
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 30/09/2029

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: The requirement shall be documented by a credit rating based on the last known accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 01/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258720246.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 08/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 08/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : Ten Days
Organisation providing more information on the review procedures : Norsk Helsenett SF -

8. Organisations

8.1 ORG-0001

Official name : Norsk Helsenett SF
Registration number : 994598759
Postal address : Abels gate 9
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Avdeling anskaffelser
Telephone : +47 24200000
Internet address : http://www.nhn.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : a45382e4-71ea-424f-88ae-99bec327dbbd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 10:30 +00:00
Notice dispatch date (eSender) : 04/06/2025 11:20 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00363520-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025