Pharmacy products

The aim of this procurement is to establish a framework agreement for the delivery of pharmacy products to all locations in Innlandet county. This shall ensure a steady and reliable supply of the necessary medical products and equipment, which is decisive for maintaining the health and safety of pupils, employees …

CPV: 33000000 Medische apparatuur, farmaceutische artikelen en artikelen voor lichaamsverzorging, 33600000 Farmaceutische producten, 33690000 Diverse geneesmiddelen, 33693000 Overige therapeutische middelen
Deadline:
15 augustus 2025 10:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Pharmacy products
Toekennende instantie:
INNLANDET FYLKESKOMMUNE
Gunningsnummer:
2025/14627

1. Buyer

1.1 Buyer

Official name : INNLANDET FYLKESKOMMUNE
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Pharmacy products
Description : The aim of this procurement is to establish a framework agreement for the delivery of pharmacy products to all locations in Innlandet county. This shall ensure a steady and reliable supply of the necessary medical products and equipment, which is decisive for maintaining the health and safety of pupils, employees and patients. The contracting authority ́s overall objective with the procurement: Intuitive, simple and user friendly access to the ordering system, easy access to a supportBredt assortment that covers the contracting authority ́s needsA supplier who relieves the contracting authority ́s organisation in the best possible way. Predictable pricesA supplier who safeguards the county in the best possible way in the event of unforeseen events such as war, floods, pandemics, etc.
Procedure identifier : 0ba5206c-d489-4dd0-a057-2bd8324a7db1
Internal identifier : 2025/14627
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The aim of this procurement is to establish a framework agreement for the delivery of pharmacy products to all locations in Innlandet county. This shall ensure a steady and reliable supply of the necessary medical products and equipment, which is decisive for maintaining the health and safety of pupils, employees and patients. The contracting authority ́s overall objective with the procurement: Intuitive, simple and user friendly access to the ordering system, easy access to a supportBredt assortment that covers the contracting authority ́s needsA supplier who relieves the contracting authority ́s organisation in the best possible way. Predictable pricesA supplier who safeguards the county in the best possible way in the event of unforeseen events such as war, floods, pandemics, etc.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33600000 Pharmaceutical products
Additional classification ( cpv ): 33690000 Various medicinal products
Additional classification ( cpv ): 33693000 Other therapeutic products

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The estimated value is more than NOK 22,000,000 - Off the shelf and the choice of an open tender contest part III.

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 : Pharmacy products
Description : The aim of this procurement is to establish a framework agreement for the delivery of pharmacy products to all locations in Innlandet county. This shall ensure a steady and reliable supply of the necessary medical products and equipment, which is decisive for maintaining the health and safety of pupils, employees and patients. The contracting authority ́s overall objective with the procurement: Intuitive, simple and user friendly access to the ordering system, easy access to a supportBredt assortment that covers the contracting authority ́s needsA supplier who relieves the contracting authority ́s organisation in the best possible way. Predictable pricesA supplier who safeguards the county in the best possible way in the event of unforeseen events such as war, floods, pandemics, etc.
Internal identifier : 2025/14627

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33600000 Pharmaceutical products
Additional classification ( cpv ): 33690000 Various medicinal products
Additional classification ( cpv ): 33693000 Other therapeutic products

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

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

5.1.5 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
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. Documentation requirement: • Norwegian companies: The tenderer shall be a legally established company. Norwegian companies must document this requirement with a Company Registration Certificate. Foreign companies: Foreign companies must prove that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Financial ratio
Description : As a minimum requirement, the tenderer must not be subject to bankruptcy proceedings, debt negotiations or liquidation or have suspended activity. Good credit worthiness is required, at least equivalent to Bisnode score A ( www.soliditet.no). Documentation requirement: Tenderers shall not enclose any documentation. The contracting authority will obtain credit rating/financial data itself. If a tenderer is not subject to credit appraisal, or if a tenderer wishes to document that the credit rating gives a misleading picture of the economic situation, the economic and financial position can be substantiated with other appropriate documentation. Tenderers shall particularly justify why the credit rating is not available or why it gives a misleading picture. For companies without a score in the Bisnode base, the contracting authority will assess the accounting figures, possibly obtain external help to assess the tenderer's economic and financial position. Tenderers with temporarily reduced credit rating due to notified fission/fusion or equivalent, may be approved.
Criterion : Study, technical and research facilities
Description : a. Tenderers are required to have good experience from comparable assignments/deliveries (i.e. assignments of the same nature, complexity, size and extent) with the accompanying/relevant services. Documentation requirement: Tenderers shall provide a list of the most important relevant deliveries in the last three years, including information on the contracting authority, type of agreement, value, date and recipient (name and email), as well as a brief description of the content, scope and obligations of the delivery. The references will only be contacted if required. See point 7. b. Tenderers shall have sufficient implementation ability and the capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's organisation and resources (employees and equipment) for implementation of the contract.
Criterion : Tools, plant, or technical equipment
Description : a. Tenderers are required to have good experience from comparable assignments/deliveries (i.e. assignments of the same nature, complexity, size and extent) with the accompanying/relevant services. Documentation requirement: Tenderers shall provide a list of the most important relevant deliveries in the last three years, including information on the contracting authority, type of agreement, value, date and recipient (name and email), as well as a brief description of the content, scope and obligations of the delivery. The references will only be contacted if required. See point 7. b. Tenderers shall have sufficient implementation ability and the capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's organisation and resources (employees and equipment) for implementation of the contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258938550.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 95 Day
Information about public opening :
Opening date : 15/08/2025 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 : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett -
Information about review deadlines : 3 months after the tender deadline.

8. Organisations

8.1 ORG-0001

Official name : INNLANDET FYLKESKOMMUNE
Registration number : 920717152
Postal address : Parkgata 64
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Olaug Anne Torsgård
Telephone : 93236981
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926723669
Town : Hamar
Postcode : 2611
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Innlandet fylkeskommune
Telephone : 93236981
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 0e9c2836-6744-422e-bbd6-6383e1d01cc8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/06/2025 06:51 +00:00
Notice dispatch date (eSender) : 10/06/2025 06:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00375885-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025