Framework agreement - Dental consumables

The framework agreement shall ensure access to dental consumables for the dental health service in Agder County. Tenderers shall offer a broad and comprehensive assortment that meets the needs of daily clinical operations. The contract is primarily for daily consumables, but it can also include some special products as needed. …

CPV: 33141800 Consumabile dentare, 33000000 Echipamente medicale, produse farmaceutice şi produse de îngrijire personală, 33100000 Echipamente medicale, 33131510 Freze dentare, 33133000 Accesorii pentru amprente dentare, 33137000 Accesorii de profilaxie dentară, 33141810 Materiale de obturare dentară, 33141850 Produse de igienă dentară, 33711700 Articole şi preparate pentru igiena bucală sau dentară, 33711760 Aţă dentară
Termen limită:
9 Iunie 2025, 10:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
Framework agreement - Dental consumables
Organismul de alocare:
Agder fylkeskommune
Numărul de atribuire:
.

1. Buyer

1.1 Buyer

Official name : Agder fylkeskommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement - Dental consumables
Description : The framework agreement shall ensure access to dental consumables for the dental health service in Agder County. Tenderers shall offer a broad and comprehensive assortment that meets the needs of daily clinical operations. The contract is primarily for daily consumables, but it can also include some special products as needed. Products in annex 4a price form make up the core assortment and aim to cover large parts of the contracting authority ́s needs. This shall contribute to cost efficient procurements with high reliability of delivery and good quality. Nevertheless, the contracting authority has a need for flexible procurements and would like access to a full product range. This will be regulated by other assortment. Furthermore, the Contracting Authority has a particular responsibility for stand-by and shall be a prioritised customer in infection situations and for acute delivery problems. The tenderer shall ensure deliveries of infection control equipment as needed.
Procedure identifier : 261d07fb-1525-416c-93e2-bb68d2c6941c
Internal identifier : .
Type of procedure : Other single stage procedure
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33141800 Dental consumables
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33131510 Dental drills
Additional classification ( cpv ): 33133000 Dental impression accessories
Additional classification ( cpv ): 33137000 Dental prophylaxis accessories
Additional classification ( cpv ): 33141810 Dental filling materials
Additional classification ( cpv ): 33141850 Dental hygiene products
Additional classification ( cpv ): 33711700 Articles and preparations for oral or dental hygiene
Additional classification ( cpv ): 33711760 Dental floss

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Delivery within all of Agder Fylke (County Municipality).

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

2.1.4 General information

Additional information : See the tender documentation in general, and particularly point 8 for the qualification requirements and award criteria. Qualification requirements and 9. Award criteria.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement - Dental consumables
Description : The framework agreement shall ensure access to dental consumables for the dental health service in Agder County. Tenderers shall offer a broad and comprehensive assortment that meets the needs of daily clinical operations. The contract is primarily for daily consumables, but it can also include some special products as needed. Products in annex 4a price form make up the core assortment and aim to cover large parts of the contracting authority ́s needs. This shall contribute to cost efficient procurements with high reliability of delivery and good quality. Nevertheless, the contracting authority has a need for flexible procurements and would like access to a full product range. This will be regulated by other assortment. Furthermore, the Contracting Authority has a particular responsibility for stand-by and shall be a prioritised customer in infection situations and for acute delivery problems. The tenderer shall ensure deliveries of infection control equipment as needed.
Internal identifier : .

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33141800 Dental consumables
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33131510 Dental drills
Additional classification ( cpv ): 33133000 Dental impression accessories
Additional classification ( cpv ): 33137000 Dental prophylaxis accessories
Additional classification ( cpv ): 33141810 Dental filling materials
Additional classification ( cpv ): 33141850 Dental hygiene products
Additional classification ( cpv ): 33711700 Articles and preparations for oral or dental hygiene
Additional classification ( cpv ): 33711760 Dental floss

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information : Delivery within all of Agder Fylke (County Municipality).

5.1.3 Estimated duration

Start date : 23/06/2025
Duration end date : 23/06/2027

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : See the tender documentation in general, and particularly point 8 for the qualification requirements and award criteria. Qualification requirements and 9. Award criteria.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : See the tender documentation, particularly point 8. Qualification requirements and 9. Award criteria. Tenderers shall have their tax, payroll tax and VAT payments in order. The certificate must not be more than six months old. The certificate must not be more than six months from the deadline for receipt of tenders. The certificate can be obtained electronically from Altinn. See the Skatteetaten.no for further information. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.

5.1.11 Procurement documents

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 : Not allowed
Deadline for receipt of tenders : 09/06/2025 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Organisation providing more information on the review procedures : Agder fylkeskommune -

8. Organisations

8.1 ORG-0001

Official name : Agder fylkeskommune
Registration number : 921707134
Department : Agder fylkeskommune
Postal address : Tordenskjoldsgate 65
Town : Kristiansand
Postcode : 4605
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Daniel Olsen
Telephone : +47 90580859
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 305ab2eb-39cd-41da-ae27-1b6a33478c97 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/05/2025 07:38 +00:00
Notice dispatch date (eSender) : 03/05/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00289368-2025
OJ S issue number : 87/2025
Publication date : 06/05/2025