Framework agreement - Dental engineering

The framework agreement is for the delivery of all dental technical products and the accompanying services for specialists in Agder county. The general product categories are; fixed prosthetics, removable prosthetics, as well as firm and removable implant prosthetics The framework agreement is for the delivery of all dental technical products …

CPV: 33132000 Zubolekárske implantáty, 33138000 Prostodontické a podkladové (rebáziové) produkty, 33138100 Zubné protézy, 33697000 Lekárske prípravky s výnimkou dentálneho spotrebného materiálu, 33711700 Výrobky alebo prípravky na ústnu alebo zubnú hygiénu
Termín:
4. august 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Framework agreement - Dental engineering
Udeľujúci orgán:
Agder fylkeskommune
Číslo udelenia:
.

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 engineering
Description : The framework agreement is for the delivery of all dental technical products and the accompanying services for specialists in Agder county. The general product categories are; fixed prosthetics, removable prosthetics, as well as firm and removable implant prosthetics
Procedure identifier : 06690423-02d5-4a3a-9fd4-e16671714a7a
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 ): 33697000 Medical preparations excluding dental consumables
Additional classification ( cpv ): 33132000 Dental implant
Additional classification ( cpv ): 33138000 Prosthodontic and relining products
Additional classification ( cpv ): 33138100 Dentures
Additional classification ( cpv ): 33711700 Articles and preparations for oral or dental hygiene

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : In all of Agder

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

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-0001

Title : Fixed prosthetics
Description : The framework agreement is for the delivery of all dental technical products and the accompanying services for specialists in Agder county. The general product categories are; fixed prosthetics, removable prosthetics, as well as firm and removable implant prosthetics
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33697000 Medical preparations excluding dental consumables
Additional classification ( cpv ): 33132000 Dental implant
Additional classification ( cpv ): 33138000 Prosthodontic and relining products
Additional classification ( cpv ): 33138100 Dentures
Additional classification ( cpv ): 33711700 Articles and preparations for oral or dental hygiene

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : In all of Agder

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 25 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Demand Tenderers must have sufficient financial capacity to fulfil the contract. Tenderers shall have a credit rating of minimum B in "Bisnode", Dun & Bradstreet. Annual accounts from the last two years. These must contain notes, the board's report and auditor's report. Documentation requirement The contracting authority will obtain a credit rating from the credit rating provider. Recently established companies shall enclose equivalent documentation as far as possible. For other qualification requirements, see the procurement documents, particularly the tender documentation (point 8).

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 : 04/08/2025 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Information about review deadlines : In accordance with the law/regulations.

5.1 Lot technical ID : LOT-0002

Title : Removable prosthetics (1)
Description : The framework agreement is for the delivery of all dental technical products and the accompanying services for specialists in Agder county. The general product categories are; fixed prosthetics, removable prosthetics, as well as firm and removable implant prosthetics
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33697000 Medical preparations excluding dental consumables
Additional classification ( cpv ): 33132000 Dental implant
Additional classification ( cpv ): 33138000 Prosthodontic and relining products
Additional classification ( cpv ): 33138100 Dentures
Additional classification ( cpv ): 33711700 Articles and preparations for oral or dental hygiene

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : In all of Agder

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 25 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Demand Tenderers must have sufficient financial capacity to fulfil the contract. Tenderers shall have a credit rating of minimum B in "Bisnode", Dun & Bradstreet. Documentation requirement Annual accounts from the last two years. These must contain notes, the board's report and auditor's report. The contracting authority will obtain a credit rating from the credit rating provider. Recently established companies shall enclose equivalent documentation as far as possible. See the procurement documents - particularly the tender documentation points 8 and 9, for a complete description of both the qualification requirements and the award criteria.

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 : 04/08/2025 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 : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Information about review deadlines : In accordance with the regulations/law.

5.1 Lot technical ID : LOT-0003

Title : Fixed and removable implant prosthetics (1)
Description : The framework agreement is for the delivery of all dental technical products and the accompanying services for specialists in Agder county. The general product categories are; fixed prosthetics, removable prosthetics, as well as firm and removable implant prosthetics
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33697000 Medical preparations excluding dental consumables
Additional classification ( cpv ): 33132000 Dental implant
Additional classification ( cpv ): 33138000 Prosthodontic and relining products
Additional classification ( cpv ): 33138100 Dentures
Additional classification ( cpv ): 33711700 Articles and preparations for oral or dental hygiene

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : In all of Agder

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 25 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Demand Tenderers must have sufficient financial capacity to fulfil the contract. Tenderers shall have a credit rating of minimum B in "Bisnode", Dun & Bradstreet. Documentation requirement Annual accounts from the last two years. These must contain notes, the board's report and auditor's report. The contracting authority will obtain a credit rating from the credit rating provider. Recently established companies shall enclose equivalent documentation as far as possible. See the procurement documents - particularly the tender documentation points 8 and 9, for a complete description of both the qualification requirements and the award criteria.

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 : 04/08/2025 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 : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Information about review deadlines : In accordance with the regulations/law.

5.1 Lot technical ID : LOT-0004

Title : All the above mentioned product categories (1)
Description : The framework agreement is for the delivery of all dental technical products and the accompanying services for specialists in Agder county. The general product categories are; fixed prosthetics, removable prosthetics, as well as firm and removable implant prosthetics
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33697000 Medical preparations excluding dental consumables
Additional classification ( cpv ): 33132000 Dental implant
Additional classification ( cpv ): 33138000 Prosthodontic and relining products
Additional classification ( cpv ): 33138100 Dentures
Additional classification ( cpv ): 33711700 Articles and preparations for oral or dental hygiene

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : In all of Agder

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 25 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Demand Tenderers must have sufficient financial capacity to fulfil the contract. Tenderers shall have a credit rating of minimum B in "Bisnode", Dun & Bradstreet. Documentation requirement Annual accounts from the last two years. These must contain notes, the board's report and auditor's report. The contracting authority will obtain a credit rating from the credit rating provider. Recently established companies shall enclose equivalent documentation as far as possible. See the procurement documents - particularly the tender documentation points 8 and 9, for a complete description of both the qualification requirements and the award criteria.

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 : 04/08/2025 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 : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett -
Information about review deadlines : In accordance with the regulations/lint.

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

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 : 1fa8be19-c067-483b-a2ff-bdbc23010f26 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/05/2025 15:33 +00:00
Notice dispatch date (eSender) : 30/05/2025 16:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00356936-2025
OJ S issue number : 105/2025
Publication date : 03/06/2025