23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 113-296265
Offentliggjort
14.06.2021
Udbudstype
Offentligt udbud

Bestilling af materiale

www.amgros.dk

Udbyder

Amgros I/S

Vindere

1

(24.12.2021)
Fresenius Kabi
2300 Copenhagen S

2

(24.12.2021)
Life Medical ApS
2670 Måløv

4

(24.12.2021)
Navamedic
433 63 Göteborg

6

(24.12.2021)
Navemedic
433 63 Göteborg

3

(24.12.2021)
Navamedic AB
433 63 Göteborg

7

(24.12.2021)
B Braun Medical A/S
2000 Frederiksberg

8

(24.12.2021)
Baxter A/S
2860 Søborg

9

(24.12.2021)
Sandoz A/S
2300 Copenhagen S

Joint Nordic Procurement of Pharmaceuticals — 2022 — NF2.603.a


Amgros I/S

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Amgros I/S
Postal address: Dampfærgevej 22
Town: København Ø
NUTS code: DK0 Danmark
Postal code: 2100
Country: Denmark
Contact person: Flemming Sonne
E-mail: udbud@amgros.dk
Telephone: +45 88713000
Fax: +45 88713008
Internet address(es):
Main address: http://www.amgros.dk
I.1) Name and addresses
Official name: Landspítali Háskólasjúkrahús
Postal address: Skaftahlíð 24
Town: Reykavik
NUTS code: IS Ísland
Postal code: 105
Country: Iceland
Contact person: Hulda Harðardóttir
E-mail: huldahar@landspitali.is
Internet address(es):
Main address: http://www.rikiskaup.is/
I.1) Name and addresses
Official name: Sykehusinnkjøp HF, divisjon legemidler
Postal address: Grev Wedels Plass 7 5. etasje
Town: Oslo
NUTS code: NO Norge
Postal code: 0151
Country: Norway
Contact person: Eirik Sverrisson
E-mail: legemidler@sykehusinnkjop.no
Internet address(es):
Main address: http://www.sykehusinnkjop.no
I.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

Danish law

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.amgros.dk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Joint Nordic Procurement of Pharmaceuticals — 2022 — NF2.603.a

II.1.2) Main CPV code
33600000 Pharmaceutical products
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Denmark, Norway and Iceland have entered into cooperation regarding the procurement of pharmaceuticals. The countries will jointly procure and award framework agreements in order to ensure the supply of pharmaceuticals in the countries. In Denmark certain pharmaceuticals are resold to the Faroe Island and Greenland. Under this procurement group, the pharmaceuticals are tendered under each procurement no. for the purpose of supplying the Contracting Authorities as 2 markets (Norway as 1 market and Denmark and Iceland as 1 market) see section II.2.4 and the tender specification.

The obligation to deliver the pharmaceuticals in Iceland is subject to the precondition that the supplier obtains an exemption regarding printed labels and leaflets. If the supplier does not obtain such exemption the agreement will only apply to Denmark and Norway, see the Framework agreement section 2.2.1 and Appendix 6.

II.1.5) Estimated total value
Value excluding VAT: 8 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

1

Lot No: 1
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: A04AA01

Generic Name: Ondansetrone

Pharmaceutical form: Injection Fluid

Strenght: 2 mg/ml

Package: 2 ml

Unit: 16 mg

Volume in units: (Denmark 186.598) (Iceland 10)

ATC Code: A04AA01

Generic Name: Ondansetrone

Pharmaceutical form: Injection Fluid

Strenght: 2 mg/ml

Package: 4 ml

Unit: 16 mg

Volume in units: (Denmark 17.010) (Iceland 6.493)

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 790 400.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The contracting authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

2

Lot No: 2
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: A04AA01

Generic Name: Ondansetrone

Pharmaceutical form: Injection Fluid

Strenght: 2 mg/ml

Package: 2 ml

Unit: 16 mg

Volume in units: Norway 110.000

ATC Code: A04AA01

Generic Name: Ondansetrone

Pharmaceutical form: Injection Fluid

Strenght: 2 mg/ml

Package: 4 ml

Unit: 16 mg

Volume in units: Norway 13.000

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 949 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

3

Lot No: 3
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: J01DC02

Generic Name: Cefuroxime

Pharmaceutical form: Injection Fluid

Strenght: 250 mg

Package: Vial

Unit: 3 g

Volume in units: Norway 4.722

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 900.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

4

Lot No: 4
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: J01DC02

Generic Name: Cefuroxime

Pharmaceutical form: Injection Fluid

Strenght: 250 mg

Package: Vial

Unit: 3 g

Volume in units: (Denmark 1.016) (Iceland 10)

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

5

Lot No: 5
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: J01DC02

Generic Name: Cefuroxime

Pharmaceutical form: Injection Fluid

Strenght: 750 mg

Package: Vial

Unit: 3 g

Volume in units: (Denmark 48.690) (Iceland 520)

ATC Code: J01DC02

Generic Name: Cefuroxime

Pharmaceutical form: Injection Fluid

Strenght: 1500 mg

Package: Vial

Unit: 3 g

Volume in units: (Denmark 349.540) (Iceland 1.550)

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 1 004 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

6

Lot No: 6
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: J01DC02

Generic Name: Cefuroxime

Pharmaceutical form: Injection Fluid

Strenght: 750 mg

Package: Vial

Unit: 3 g

Volume in units: Norway 7.480

ATC Code: J01DC02

Generic Name: Cefuroxime

Pharmaceutical form: Injection Fluid

Strenght: 1500 mg

Package: Vial

Unit: 3 g

Volume in units: Norway 10

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 143 400.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

7

Lot No: 7
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: N02BE01

Generic Name: Paracetamole

Pharmaceutical form: Infusion Fluid

Strenght: 10 mg/ml

Package: 10-50 ml

Unit: 3 g

Volume in units: Norway 2.667

ATC Code: N02BE01

Generic Name: Paracetamole

Pharmaceutical form: Infusion Fluid

Strenght: 10 mg/ml

Package: 100 ml

Unit: 3 g

Volume in units: Norway 583.333

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 130 300.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

8

Lot No: 8
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: N02BE01

Generic Name: Paracetamole

Pharmaceutical form: Infusion Fluid

Strenght: 10 mg/ml

Package: 10-50 ml

Unit: 3 g

Volume in units: (Denmark 2.611) (Iceland 10)

ATC Code: N02BE01

Generic Name: Paracetamole

Pharmaceutical form: Infusion Fluid

Strenght: 10 mg/ml

Package: 100 ml

Unit: 3 g

Volume in units: (Denmark 230.190) (Iceland 166.666)

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 53 300.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

9

Lot No: 9
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: L01BA01

Generic Name: Methotrexate

Pharmaceutical form: Conc. Infusion Fluid

Strenght: 100 mg/ml

Package: 10 ml

Unit: 11,42 mg

Volume in units: Norway 245.184

ATC Code: L01BA01

Generic Name: Methotrexate

Pharmaceutical form: Conc. Infusion Fluid

Strenght: 100 mg/ml

Package: 50 ml

Unit: 11,42 mg

Volume in units: Norway 1.444.834

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 644 100.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information
II.2) Description
II.2.1) Title:

10

Lot No: 10
II.2.2) Additional CPV code(s)
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK0 Danmark
NUTS code: IS Ísland
NUTS code: NO Norge
II.2.4) Description of the procurement:

ATC Code: L01BA01

Generic Name: Methotrexate

Pharmaceutical form: Conc. Infusion Fluid

Strenght: 100 mg/ml

Package: 10 ml

Unit: 11,42 mg

Volume in units: (Denmark 144.370) (Iceland 875)

ATC Code: L01BA01

Generic Name: Methotrexate

Pharmaceutical form: Conc. Infusion Fluid

Strenght: 100 mg/ml

Package: 50 ml

Unit: 11,42 mg

Volume in units: (Denmark 775.222) (Iceland 43.782)

Each procurement number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other procurement numbers. This means that a tenderer may submit a tender for one, several or all procurement numbers (lots), and that framework agreements will be awarded separately for each procurement number. However, the aim is to conclude framework agreements with different suppliers for the procurement numbers 1 and 2, which are linked procurement numbers.

If there is only one compliant tender for either procurement numbers 1 or 2, the framework agreement for the procurement number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two procurement numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ra-tio”.

If there are several compliant tenders for both procurement numbers 1 and 2, the award under pro-curement number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both procurement numbers 1 and 2, and there are several com-pliant tenders for both procurement numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for procurement number 1, since the framework agreement for procurement number 2 is awarded to the supplier with the “second best price-quality ratio” under the procurement number concerned.

If there is only one compliant tender for both procurement numbers 1 and 2, the framework agreements will be awarded to the suppliers of the respective compliant tenders, notwithstanding that this may mean that the same supplier will be awarded a framework agreement for both procurement numbers 1 and 2.

For every single pharmaceutical, a maximum price has been determined (price per unit ex. VAT) stated in Appendix A. Tenders with prices that exceed the set maximum price will be considered non-compliant and will not be able to form a basis for conclusion of framework agreement, see the tender specifications section 10.3

Under the title "quantity in units", an estimated consumption of the pharmaceuticals is indicated for each of the countries. It should be noted that this estimate corresponds to the historical consumption of the pharmaceuticals put up for tender and that suppliers must expect that the actual purchase under a framework agreement may deviate significantly from the estimate. Reference is made to paragraph 5.6 of the tender specifications and clause 4.2 in the framework agreement.

The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

The Pharmaceuticals shall be included in the Danish Medicines Agency’s list of medicine prices (“medicinpriser.dk”), the Norwegian "Farmalogg" and the Icelandic “Lyfjaverðskrá” not later than 21 February 2022 in order to ensure supply from the beginning of the Purchase Period.

The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the framework agreement.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 240 900.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2022
End: 31/03/2024
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authorities shall be entitled to extend the framework agreement up to 2 times for each pharmaceutical on unchanged terms and conditions by up to 12 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Clause 8.2 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The two options may be exercised on the terms and conditions stipulated in the framework agreement.</p>

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

When submitting a tender, suppliers must use the European Single Procurement Document (ESPD) in the tendering system for the declaration regarding the compulsory grounds for exclusion set out in sections 135-136 of the Danish Public Procurement Act (udbudsloven) (the Act can be found at www.retsinformation.dk). Further information on the completion and application of the ESPD in the tender process is available in the guide drawn up by Amgros in this respect and in the ‘Instructions for the European Single Procurement Document’ drawn up by the Danish Competition and Consumer Authority (Konkurrence- og Forbrugerstyrelsen). The successful tenderer(s) to whom the contracting authorities intend to award the framework agreement must also, before the award, provide documentation to the contracting authorities regarding the absence of compulsory grounds for exclusion as set out in sections 152-153 of the Public Procurement Act. The contracting authorities are not entitled to exclude a supplier who is subject to one or more of the mandatory exclusion grounds set out in sections 135-136 of the Public Procurement Act if the supplier has provided sufficient documentation that the supplier is reliable, even if the supplier is subject to one or more of the grounds for exclusion set out in section 138 of the Public Procurement Act. The contracting authorities reserve the right to carry out a so-called ‘self-cleaning’ process if relevant.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

Reference is made to the provisions of the draft framework agreement and section II.2.4).

No specific legal form is required. If the contract is awarded to a group of suppliers, each participant must undertake joint and several liability and appoint a joint representative.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/08/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, English, Norwegian, Swedish
IV.2.7) Conditions for opening of tenders
Date: 31/08/2021
Local time: 12:00
Place:

Amgros I/S, Dampfærgevej 27-29, DK-2100 Copenhagen Ø.

Information about authorised persons and opening procedure:

The tenderers are not permitted to attend the opening of the tenders. Tenders will be registered upon receipt, and tenders received on time will be opened collectively after expiry of the deadline for submission of tenders. With the notice regarding the tender evaluation, the tenderers will receive a comprehensive overview of the operators that have submitted compliant tenders.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

This call for tenders is conducted as an open procedure in accordance with the Danish Procurement Act (udbudsloven). The procurement procedure is subject to Danish law and any complaints of the procurement procedure shall be lodged with the Danish Complaints Board for Public Procurement (Klagenævnet for udbud),see section VI.4.3.

In relation to section II.2.4, it should be noted, that the Contracting Authorities have considered whether the procurement group could be further subdivided. The contracting authorities have deemed that this is not the case based on the considerations of economies of scale, which will not be realizable with a further subdivision as well as costs and patient safety considerations related to the subsequent management of contract- and pharmaceuticals.

In relation to sections II.1.5) and II.2.6) it should be noted that the estimated value indicated in section II.1.5) is the total estimated value of all procurement numbers (lots) for the duration of the framework agreement, including the option of renewal, see section II.2.7). Section II.2.6) sets out the estimated value for each procurement number, including the option of renewal, see section II.2.7. The value is based on the AIP (‘Apotekernes Indkøbspris’ published by the Danish Medicines Agency) of the pharmaceuticals. It should furthermore be noted that the estimated value is based on historic consumption data and that the actual purchase under a framework agreement may deviate significantly from the estimate, see section II.2.4), paragraph 5.6 of the tender specifications and clause 4.2 of the framework agreement.

Questions concerning the tender documents must be submitted through the tendering system, see the provisions of the tender specifications in this regard.

The access to submit tender requires that the operator is registered as a user of Amgros' tendering system. The registration as a user may take a few days, and the tenderer must therefore make sure to register in good time. Reference is made to the information provided in the tendering system, including the user guide.

In relation to section VI.2 it should be noted that electronic invoicing is required.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://klfu.naevneneshus.dk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement (Act no. 593 of 2 June 2016 as amended) the following deadlines apply to the lodging of complaints:

Complaints of the tendering procedure must be lodged with the Complaints Board for Public Procurement within 6 months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the affected applicants and tenderers, see section 7(2), para.(3) of the Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting authorities in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 6(4) of the Act.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens vej 35
Town: Valby
Postal code: 2500
Country: Denmark
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
09/06/2021

Send til en kollega

0.05