Procurement of framework agreements on consumables for dental use.

Finnmark County (FFK) invites tenderers to an open tender contest for a framework agreement for consumables for dental use on behalf of County North (FKN). FKN consists of Finnmark county, Troms county, Nordland county, Trøndelag county, Møre og Romsdal county as well as the Dental health service ́s competence centre …

CPV: 33130000 Instrumente şi dispozitive dentare şi de subspecialitate, 33131110 Cleşti, perii, separatoare şi polizoare dentare, 33140000 Consumabile medicale, 33191000 Aparate de sterilizare, de dezinfectare şi de igienizare
Termen limită:
28 Mai 2025, 10:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
Procurement of framework agreements on consumables for dental use.
Organismul de alocare:
FINNMARK FYLKESKOMMUNE
Numărul de atribuire:
25/02801

1. Buyer

1.1 Buyer

Official name : FINNMARK FYLKESKOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of framework agreements on consumables for dental use.
Description : Finnmark County (FFK) invites tenderers to an open tender contest for a framework agreement for consumables for dental use on behalf of County North (FKN). FKN consists of Finnmark county, Troms county, Nordland county, Trøndelag county, Møre og Romsdal county as well as the Dental health service ́s competence centre for Midt-Norway IKS. The competition concerns two sub-contracts for consumables for dental use: - Consumables.- Disinfection, Gauze masks, gloves.
Procedure identifier : 74c91d29-2c9f-4579-91ac-b097320f7b58
Internal identifier : 25/02801
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33130000 Dental and subspecialty instruments and devices
Additional classification ( cpv ): 33131110 Dental nippers, brushes, retractors and burnishers
Additional classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - A new deadline has been set for questions in the competition on consumables for dental use and in the competition for Disinfection, Gauze masks, Gloves until 16 May. 12:00.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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-0001

Title : Consumables for dental use
Description : Finnmark county is announcing a competition for Dental consumables on behalf of the northern counties co-operation (FKN), consisting of Finnmark county, Troms county, Nordland county, Trøndelag county, Møre og Romsdal county municipality.
Internal identifier : 25/02807

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33130000 Dental and subspecialty instruments and devices
Additional classification ( cpv ): 33131110 Dental nippers, brushes, retractors and burnishers
Additional classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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 : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade 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 REQUIREMENT: Tenderers shall be a legally established company. DOCUMENTATION: Documented by a Company Registration Certificate or equivalent from the tenderer's home country. If the tenderer is planning to use sub-suppliers, a company registration certificate must be provided for them as well.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements The last two years accounts.
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 REQUIREMENT: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. It is assumed that both Profitability and Solidity in accordance with HSE Proff TM Forvalt ́s calculation model shall be at least a satisfactory level. DOCUMENTATION: The contracting authority will use Proff TM Forvalt's ( www.forvalt.no) target figures and ranking for total capital assetability and equity ratio. Tenderers must ensure that this information is accessible on the website. If this is not the case, the last two years Financial Statements and Annual Reports must be submitted with the tender. · 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.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements An established quality assurance system is required with systematic registration and follow-up of deviations to goods and deliveries. Documented by: Statement regarding the company's quality assurance system/management system.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Tenderers shall have a well-functioning environmental management for the services that shall be provided. Documented by: By referral to certificates issued by accredited quality control institutions or by printing internal routines.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements REQUIREMENT: Tenderers are required to have a good and well-functioning quality assurance system. DOCUMENTATION: Description of the tenderer's quality assurance system or certificate from third party verified systems, f.eks. ISO
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements REQUIREMENT: Tenderers are required to have a good and well-functioning environmental management system. DOCUMENTATION: Description of the tenderer's environmental management system or certificate from third party verified systems, f.eks. ISO

5.1.11 Procurement documents

Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/237093097.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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 28/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/05/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : See the tender documentation
Organisation providing more information on the review procedures : FINNMARK FYLKESKOMMUNE -
Organisation receiving requests to participate : FINNMARK FYLKESKOMMUNE -
Organisation processing tenders : FINNMARK FYLKESKOMMUNE -

5.1 Lot technical ID : LOT-0002

Title : Disinfection, gloves and gauze masks for dental use
Description : Finnmark county is announcing a competition for disinfection, gloves, gauze masks for dental use on behalf of the northern counties cooperation (FKN), consisting of Finnmark county, Troms county, Nordland county, Trøndelag county, Møre and Romsdal county municipalities.
Internal identifier : 25/02808

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33130000 Dental and subspecialty instruments and devices
Additional classification ( cpv ): 33131110 Dental nippers, brushes, retractors and burnishers
Additional classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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 : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade 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 REQUIREMENT: Tenderers shall be a legally established company. DOCUMENTATION: Documented by a Company Registration Certificate or equivalent from the tenderer's home country. If the tenderer is planning to use sub-suppliers, a company registration certificate must be provided for them as well.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements The last two years accounts.
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 REQUIREMENT: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. It is assumed that both Profitability and Solidity in accordance with HSE Proff TM Forvalt ́s calculation model shall be at least a satisfactory level. DOCUMENTATION: The contracting authority will use Proff TM Forvalt's ( www.forvalt.no) target figures and ranking for total capital assetability and equity ratio. Tenderers must ensure that this information is accessible on the website. If this is not the case, the last two years Financial Statements and Annual Reports must be submitted with the tender. · 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.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements An established quality assurance system is required with systematic registration and follow-up of deviations to goods and deliveries. Documented by: Statement regarding the company's quality assurance system/management system.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Tenderers shall have a well-functioning environmental management for the services that shall be provided. Documented by: By referral to certificates issued by accredited quality control institutions or by printing internal routines.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements REQUIREMENT: Tenderers are required to have a good and well-functioning quality assurance system. DOCUMENTATION: Description of the tenderer's quality assurance system or certificate from third party verified systems, f.eks. ISO
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements REQUIREMENT: Tenderers are required to have a good and well-functioning environmental management system. DOCUMENTATION: Description of the tenderer's environmental management system or certificate from third party verified systems, f.eks. ISO

5.1.11 Procurement documents

Deadline for requesting additional information : 16/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/237093097.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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 28/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/05/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : See the tender documentation
Organisation providing more information on the review procedures : FINNMARK FYLKESKOMMUNE -
Organisation receiving requests to participate : FINNMARK FYLKESKOMMUNE -
Organisation processing tenders : FINNMARK FYLKESKOMMUNE -

8. Organisations

8.1 ORG-0001

Official name : FINNMARK FYLKESKOMMUNE
Registration number : 830090282
Postal address : Henry Karlsens plass 1
Town : VADSØ
Postcode : 9800
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Anskaffelser Finnmark fylkeskommune
Telephone : 78963000
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926 722 840
Postal address : Kirkegt. 22
Town : Vadsø
Postcode : 9811
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Indre og Østre Finnmark Tingrett
Telephone : 78 01 17 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 009dcf0e-a5ec-4d74-98e7-2e186d1453ce-01
Main reason for change : Information now available
Description : A new deadline has been set for questions in the competition on consumables for dental use and in the competition for Disinfection, Gauze masks, Gloves until 16 May. 12:00.

10.1 Change

Section identifier : ORG-0001

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0001

10.1 Change

Section identifier : LOT-0002
Notice information
Notice identifier/version : 57563517-b75b-4bef-897f-fa365d315faf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 08:31 +00:00
Notice dispatch date (eSender) : 05/05/2025 08:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00288423-2025
OJ S issue number : 87/2025
Publication date : 06/05/2025