Framework agreement medical consumables 2nd time publication.

The contract is primarily for medical consumables categories, but it can also include other product lines that are not included in the municipality ́s other framework agreements. Examples of delivery addresses are attached to the competition. The contracting authority draws attention to the fact that new delivery addresses can be …

CPV: 33140000 Medicinski potrošni materijal, 33141621 Oprema za inkontinenciju, 33141623 Kutije prve pomoći, 33191000 Naprave za sterilizaciju, dezinfekciju i higijenu, 33692200 Proizvodi za parenteralnu prehranu, 33692300 Enteralna hrana
rok:
8. rujna 2025. 10:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Framework agreement medical consumables 2nd time publication.
registar:
Strand Kommune
nagradni broj:
2025/600

1. Buyer

1.1 Buyer

Official name : Strand Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hjelmeland kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hå kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Time kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Gjesdal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Klepp kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bjerkreim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement medical consumables 2nd time publication.
Description : The contract is primarily for medical consumables categories, but it can also include other product lines that are not included in the municipality ́s other framework agreements. Examples of delivery addresses are attached to the competition. The contracting authority draws attention to the fact that new delivery addresses can be added and delivery addresses can be removed during the contract period. This shall not incur extra costs for the Contracting Authority.   Call-offs on the contract can be carried out by all entities in each municipality. A comprehensive description of the delivery is in the annexes to the tender documentation. The contract will be valid for 2 years, with an option for 1+1 year on verbatim terms. The estimated start-up date is autumn 2025.
Procedure identifier : a07e4215-c30c-4d6b-8ab7-a31bbf1c794d
Internal identifier : 2025/600
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The contract has an estimated value of NOK 57 million excluding VAT. The maximum value of the agreement is NOK 75 million. The estimated volume is based on historical figures from the last 2 years. The estimated contract value is informative only, and the contracting authority is not bound by this value.   The contracting authority ́s units vary in size and have different needs. The purchasing pattern in the different units may therefore vary slightly. If units have special equipment where consumables must be ordered by a particular supplier, this can be included in the contract with the same good price level as other similar equipment. Similarly, consumables connected to special equipment can be removed from the contract if the contracting authority deems it most appropriate. The number of customers included in this agreement may vary slightly during the contract period. The contracting authority would like, via this competition, to enter into a framework agreement for the delivery of medical consumables within the following main product groups: 1. Protection/infection protection equipment2. Nutrition 3. First aid4. Hygiene and cleaning5. Incontinence/stoma6. Catheters and equipment7. Medical consumables 8. Medical engineering consumables9. Personal hygiene and protection10. Wound treatment11. Drying systems12. In addition to product lines in the price form, for example, a product filling system and a stand-by warehouse. Tenders shall include all contracting authorities and all the main goods groups. In this contract, the offered prices with volume products with the stated varespesifikasjon in the price form will be fixed in the first contract year. Then prices can be regulated in accordance with documented purchasing prices at the current time. The first time the price regulation is 12 months after the submission deadline in the competition. I.e. goods in line 7-109 after 12 months can be regulated once a year further in the contract period at the same time. The prices shall be with the same mark-up percentage as line 112 both the first year and further in the contract period. Prices that are regulated with a mark-up percentage in accordance with line 112 in the price form, see the description in the award criteria in relation to price regulation. Tenderers shall state a fixed mark-up percentage. The mark-up percentage shall be fixed throughout the entire contract period and apply for all goods. Purchase price is defined as the tenderer's purchase price including discounts/bonuses from the wholesaler/manufacturer. The mark-up percentage stated in the price form shall cover all of the tenderer's costs, such as freight, customs, etc. from the wholesaler/manufacturer to the tenderer, freight on to the contracting authority, profits and costs for the offered degree of service. Further descriptions can be found in the requirement specifications in the tender documentation and in the award criteria.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 33141621 Incontinence kit
Additional classification ( cpv ): 33141623 First-aid boxes
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices
Additional classification ( cpv ): 33692200 Parenteral nutrition products
Additional classification ( cpv ): 33692300 Enteral feeds

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 75 000 000 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 of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement medical consumables 2nd time publication.
Description : The contract is primarily for medical consumables categories, but it can also include other product lines that are not included in the municipality ́s other framework agreements. Examples of delivery addresses are attached to the competition. The contracting authority draws attention to the fact that new delivery addresses can be added and delivery addresses can be removed during the contract period. This shall not incur extra costs for the Contracting Authority.   Call-offs on the contract can be carried out by all entities in each municipality. A comprehensive description of the delivery is in the annexes to the tender documentation. The contract will be valid for 2 years, with an option for 1+1 year on verbatim terms. The estimated start-up date is autumn 2025.
Internal identifier : 2025/600

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 33141621 Incontinence kit
Additional classification ( cpv ): 33141623 First-aid boxes
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices
Additional classification ( cpv ): 33692200 Parenteral nutrition products
Additional classification ( cpv ): 33692300 Enteral feeds

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 30/09/2027

5.1.5 Value

Estimated value excluding VAT : 75 000 000 Norwegian krone

5.1.6 General information

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

5.1.7 Strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 20/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259748649.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
Variants : Not allowed
Deadline for receipt of tenders : 08/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 08/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Information about review deadlines : 10 day waiting period
Organisation receiving requests to participate : Strand Kommune
Organisation processing tenders : Strand Kommune

8. Organisations

8.1 ORG-0001

Official name : Strand Kommune
Registration number : 964978751
Postal address : Rådhusgata 2
Town : JØRPELAND
Postcode : 4126
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Jarle Karlsen
Telephone : +47 51743000
Fax : +47 51748386
Roles of this organisation :
Buyer
Group leader
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hjelmeland kommune
Registration number : 864 979 092
Town : Hjelmeland
Postcode : 4130
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 75 00 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : Hå kommune
Registration number : 964 969 590
Town : Varhaug
Postcode : 4360
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 79 30 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Time kommune
Registration number : 859 223 672
Town : Bryne
Postcode : 4344
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 77 60 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Gjesdal kommune
Registration number : 964 978 573
Town : Ålgård
Postcode : 4330
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 61 42 00
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Klepp kommune
Registration number : 864969682
Town : Klepp stasjon
Postcode : 4353
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51429800
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Bjerkreim kommune
Registration number : 970 490 361
Town : Vikeså
Postcode : 4384
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51201100
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 89fd0a6f-f44a-4f85-8aaf-0d91660b6a05 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/07/2025 11:03 +00:00
Notice dispatch date (eSender) : 29/07/2025 12:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00499024-2025
OJ S issue number : 144/2025
Publication date : 30/07/2025