OG-24-01 Medical consumables and incontinence products.

The contracting authority intends to enter into a framework agreement for the purchase of medical consumables and incontinence products. The contracting authority intends to enter into a framework agreement for the purchase of medical consumables and incontinence products.

CPV: 18424300 Rokavice za enkratno uporabo, 33000000 Medicinska oprema, farmacevtski izdelki in izdelki za osebno nego, 33140000 Proizvodi za medicinsko uporabo, 33141100 Obvezilni material; material za spenjanje, šivanje, ligature, 33141200 Katetri, 33141220 Kanile, 33141300 Naprave za venepunkcijo in odvzem krvi, 33141621 Kompleti za inkontinenco, 33141625 Kompleti za diagnosticiranje, 33191000 Naprave za sterilizacijo, dezinfekcijo in čiščenje, 33700000 Izdelki za osebno nego, 38437000 Laboratorijske pipete in dodatki
Rok:
8. julij 2025. 21:59
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
OG-24-01 Medical consumables and incontinence products.
Organ za podeljevanje:
ABAKUS AS
Številka dodelitve:
OG-25-03

1. Buyer

1.1 Buyer

Official name : ABAKUS AS
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 : OG-24-01 Medical consumables and incontinence products.
Description : The contracting authority intends to enter into a framework agreement for the purchase of medical consumables and incontinence products.
Procedure identifier : 550e1fef-ceaf-45b7-80fc-966a1e013a46
Internal identifier : OG-25-03
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The aim of the procurement is to cover the contracting authority ́s ongoing need for consumables and incontinence products in an efficient and rational way and at the lowest possible cost for the contracting authority. The contracting authority would like to focus to a greater degree on product types/groups that fulfil requirements as to how health workers carry out their profession in a better way. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 18424300 Disposable gloves
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33141100 Dressings; clip, suture, ligature supplies
Additional classification ( cpv ): 33141200 Catheters
Additional classification ( cpv ): 33141220 Cannulae
Additional classification ( cpv ): 33141300 Venepuncture, blood sampling devices
Additional classification ( cpv ): 33141621 Incontinence kit
Additional classification ( cpv ): 33141625 Diagnostic kits
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices
Additional classification ( cpv ): 33700000 Personal care products
Additional classification ( cpv ): 38437000 Laboratory pipettes and accessories

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Cf. the Public Procurement Act.

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 : OG-24-01 Medical consumables and incontinence products.
Description : The contracting authority intends to enter into a framework agreement for the purchase of medical consumables and incontinence products.
Internal identifier : OG-25-03

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33140000 Medical consumables
Additional classification ( cpv ): 18424300 Disposable gloves
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33141100 Dressings; clip, suture, ligature supplies
Additional classification ( cpv ): 33141200 Catheters
Additional classification ( cpv ): 33141220 Cannulae
Additional classification ( cpv ): 33141300 Venepuncture, blood sampling devices
Additional classification ( cpv ): 33141621 Incontinence kit
Additional classification ( cpv ): 33141625 Diagnostic kits
Additional classification ( cpv ): 33191000 Sterilisation, disinfection and hygiene devices
Additional classification ( cpv ): 33700000 Personal care products
Additional classification ( cpv ): 38437000 Laboratory pipettes and accessories

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
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.
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 Tenderers shall have sufficient financial capacity to fulfil the assignment. Documented by an expanded report from Bisnode http://www.soliditet.no/. The report must be dated after the publication date for the competition. If this is not enclosed, Abakus will obtain an expanded report from Bisnode free of cost for the tenderer. The information in the report will form the basis for an assessment of the tenderer's economic and financial situation. Information given on the tender date will be used as a basis. A credit rating equivalent to or better than "A" or "AN" is required to participate in the competition.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from equivalent assignments. Tendering companies shall describe a minimum of 3 equivalent assignments in the last 3 years. The description shall be filled in in the fields below.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
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
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 Documented by certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards, cf. the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 Article 45 or other environmental management standards based on relevant European or international standards from accredited bodies.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 01/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258611258.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
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 : 08/07/2025 21:59 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 08/07/2025 21:59 +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

Mediation organisation : Østre Innlandet tingrett -
Review organisation : Østre Innlandet tingrett -
Information about review deadlines : Cf. the Public Procurement Act.
Organisation providing more information on the review procedures : ABAKUS AS -

8. Organisations

8.1 ORG-0001

Official name : ABAKUS AS
Registration number : 983335543
Postal address : Postboks 128
Town : ENGERDAL
Postcode : 2440
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : +47 47476000
Fax : +47 62458030
Internet address : http://www.abakus.as
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926 723 669
Town : Hamar
Postcode : 2315
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : 49a3fc75-5131-4e9e-bf74-f19bbd8a0009 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/06/2025 10:31 +00:00
Notice dispatch date (eSender) : 03/06/2025 10:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00360137-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025