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 tender group, the pharmaceuticals are tendered under each lot no. for the purpose of supplying the Contracting Authorities as 2 markets (Norway as 1 market and Denmark and Iceland as 1 market) see 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.
Deadline
Fristen for modtagelse af bud var på 2024-04-30.
Indkøbet blev offentliggjort på 2024-03-04.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Udbudsbekendtgørelse (2024-03-04) Objekt Omfanget af udbuddet
Titel: Joint Nordic Procurement of Pharmaceuticals - 2025 - NF2.1301.a
Kort beskrivelse:
“Denmark, Norway and Iceland have entered into cooperation regarding the procurement of pharmaceuticals. The countries will jointly procure and award...”
Kort beskrivelse
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 tender group, the pharmaceuticals are tendered under each lot no. for the purpose of supplying the Contracting Authorities as 2 markets (Norway as 1 market and Denmark and Iceland as 1 market) see 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.
Vis mere
Kontrakttype: Varer
Produkter/tjenester: Lægemidler📦
Anslået værdi uden moms: 225 775 606 EUR 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅
Der kan indgives bud for et maksimalt antal partier: 20
ATC Code: J01CA01,
Generic Name: Ampicillin,
Pharmaceutical form: Injection Fluid,
Strength: 1 g,
Unit: 6 g,
Quantity in units: Norway: 35.000.
ATC Code: J01CA01,
Generic Name: Ampicillin,
Pharmaceutical form: Injection Fluid,
Strength: 2 g,
Unit: 6 g,
Quantity in units: Norway: 166.667.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 1 and 2, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 1 or 2, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 1 and 2, the award under lot number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 1 and 2, and there are several compliant tenders for both lot numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 1, since the framework agreement for lot number 2 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot 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 lot numbers 1 and 2.
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.
Vis mere Varighed
Startdato: 2025-04-01 📅
Slutdato: 2029-03-31 📅
Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“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...”
Beskrivelse af mulighederne
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. The estimated duration in section 5.1.3 is including the options for renewals. The framework agreements ordinary duration is from 1.4.2025 to 31.3.2027.
Vis mere Kriterier for tildeling
Pris ✅ Titel
Partiets identifikationsnummer: LOT-0001
ATC Code: J01CA01,
Generic Name: Ampicillin,
Pharmaceutical form: Injection Fluid,
Strength: 1 g,
Unit: 6 g,
Quantity in units: Denmark: 16.363, Iceland: 2.333.
ATC Code: J01CA01,
Generic Name: Ampicillin,
Pharmaceutical form: Injection Fluid,
Strength: 2 g,
Unit: 6 g,
Quantity in units: Denmark: 66.826, Iceland: 3.333.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 1 and 2, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 1 or 2, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 1 and 2, the award under lot number 1 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 1 and 2, and there are several compliant tenders for both lot numbers 1 and 2, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 1, since the framework agreement for lot number 2 is awarded to the supplier with the “second best price-quality ratio” under the lot 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 lot numbers 1 and 2.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0002
3️⃣
Beskrivelse af udbuddet:
“ATC Code: J01CR05,
Generic Name: Piperacillin and beta-lactamase inhibitor,
Pharmaceutical form: Infusion Fluid,
Strength: 2 g + 0,25 g,
Pack size:...”
Beskrivelse af udbuddet
ATC Code: J01CR05,
Generic Name: Piperacillin and beta-lactamase inhibitor,
Pharmaceutical form: Infusion Fluid,
Strength: 2 g + 0,25 g,
Pack size: Vial,
Unit: 14 g,
Quantity in units: Denmark: 8.254, Iceland: 999.
ATC Code: J01CR05,
Generic Name: Piperacillin and beta-lactamase inhibitor,
Pharmaceutical form: Infusion Fluid,
Strength: 4 g + 0,50 g,
Pack size: Vial,
Unit: 14 g,
Quantity in units: Denmark: 1.009.395, Iceland: 16.571.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 3 and 4, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 3 or 4, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 3 and 4, the award under lot number 3 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 3 and 4, and there are several compliant tenders for both lot numbers 3 and 4, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 3, since the framework agreement for lot number 4 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 3 and 4, 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 lot numbers 3 and 4.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0003
4️⃣
Beskrivelse af udbuddet:
“ATC Code: J01CR05,
Generic Name: Piperacillin and beta-lactamase inhibitor,
Pharmaceutical form: Infusion Fluid,
Strength: 2 g + 0,25 g,
Pack size:...”
Beskrivelse af udbuddet
ATC Code: J01CR05,
Generic Name: Piperacillin and beta-lactamase inhibitor,
Pharmaceutical form: Infusion Fluid,
Strength: 2 g + 0,25 g,
Pack size: Vial,
Unit: 14 g,
Quantity in units: Norway: 2.857.
ATC Code: J01CR05,
Generic Name: Piperacillin and beta-lactamase inhibitor,
Pharmaceutical form: Infusion Fluid,
Strength: 4 g + 0,50 g,
Pack size: Vial,
Unit: 14 g,
Quantity in units: Norway: 285.714.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 3 and 4, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 3 or 4, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 3 and 4, the award under lot number 3 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 3 and 4, and there are several compliant tenders for both lot numbers 3 and 4, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 3, since the framework agreement for lot number 4 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 3 and 4, 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 lot numbers 3 and 4.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0004
ATC Code: J01DC02,
Generic Name: Cefuroxime,
Pharmaceutical form: Injection Fluid,
Strength: 250 mg,
Pack size: Vial,
Unit: 3 g,
Quantity in units: Denmark: 985, Iceland: 99.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 5 and 6, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 5 or 6, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 5 and 6, the award under lot number 5 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 5 and 6, and there are several compliant tenders for both lot numbers 5 and 6, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 5, since the framework agreement for lot number 6 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 5 and 6, 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 lot numbers 5 and 6.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0005
ATC Code: J01DC02,
Generic Name: Cefuroxime,
Pharmaceutical form: Injection Fluid,
Strength: 250 mg,
Pack size: Vial,
Unit: 3 g,
Quantity in units: Norway: 333.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 5 and 6, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 5 or 6, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 5 and 6, the award under lot number 5 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 5 and 6, and there are several compliant tenders for both lot numbers 5 and 6, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 5, since the framework agreement for lot number 6 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 5 and 6, 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 lot numbers 5 and 6.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0006
ATC Code: J01DC02,
Generic Name: Cefuroxime,
Pharmaceutical form: Injection Fluid,
Strength: 750 mg,
Pack size: Vial,
Unit: 3 g,
Quantity in units: Denmark: 45.926, Iceland: 600.
ATC Code: J01DC02,
Generic Name: Cefuroxime,
Pharmaceutical form: Injection Fluid,
Strength: 1500 mg,
Pack size: Vial,
Unit: 3 g,
Quantity in units: Denmark: 455.784, Iceland: 2.000.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 7 and 8, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 7 or 8, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 7 and 8, the award under lot number 7 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 7 and 8, and there are several compliant tenders for both lot numbers 7 and 8, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 7, since the framework agreement for lot number 8 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 7 and 8, 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 lot numbers 7 and 8.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0007
ATC Code: J01DC02,
Generic Name: Cefuroxime,
Pharmaceutical form: Injection Fluid,
Strength: 750 mg,
Pack size: Vial,
Unit: 3 g,
Quantity in units: Norway: 2.250.
ATC Code: J01DC02,
Generic Name: Cefuroxime,
Pharmaceutical form: Injection Fluid,
Strength: 1500 mg,
Pack size: Vial,
Unit: 3 g,
Quantity in units: Norway: 18.500.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 7 and 8, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 7 or 8, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 7 and 8, the award under lot number 7 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 7 and 8, and there are several compliant tenders for both lot numbers 7 and 8, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 7, since the framework agreement for lot number 8 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 7 and 8, 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 lot numbers 7 and 8.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0008
ATC Code: J01GB03,
Generic Name: Gentamicin,
Pharmaceutical form: Infusion Fluid,
Strength: 1 mg/ml,
Unit: 240 mg,
Quantity in units: Norway: 20.000.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 9 and 10, which are linked lot numbers. If there is only one compliant tender for either lot numbers 9 or 10, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 9 and 10, the award under lot number 9 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 9 and 10, and there are several compliant tenders for both lot numbers 9 and 10, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 9, since the framework agreement for lot number 10 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 9 and 10, 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 lot numbers 9 and 10.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0009
ATC Code: J01GB03,
Generic Name: Gentamicin,
Pharmaceutical form: Infusion Fluid,
Strength: 1 mg/ml,
Unit: 240 mg,
Quantity in units: Denmark: 3.053, Iceland: 667.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 9 and 10, which are linked lot numbers. If there is only one compliant tender for either lot numbers 9 or 10, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 9 and 10, the award under lot number 9 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 9 and 10, and there are several compliant tenders for both lot numbers 9 and 10, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 9, since the framework agreement for lot number 10 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 9 and 10, 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 lot numbers 9 and 10.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0010
ATC Code: J01GB03,
Generic Name: Gentamicin,
Pharmaceutical form: Infusion Fluid,
Strength: 3 mg/ml,
Pack size: 80 ml,
Unit: 240 mg,
Quantity in units: Norway: 100.000.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 11 and 12, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 11 or 12, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 11 and 12, the award under lot number 11 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 11 and 12, and there are several compliant tenders for both lot numbers 11 and 12, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 11, since the framework agreement for lot number 12 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 11 and 12, 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 lot numbers 11 and 12.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0011
ATC Code: J01GB03,
Generic Name: Gentamicin,
Pharmaceutical form: Infusion Fluid,
Strength: 3 mg/ml,
Pack size: 80 ml,
Unit: 240 mg,
Quantity in units: Denmark: 32.940, Iceland: 1.400.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 11 and 12, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 11 or 12, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 11 and 12, the award under lot number 11 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 11 and 12, and there are several compliant tenders for both lot numbers 11 and 12, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 11, since the framework agreement for lot number 12 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 11 and 12, 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 lot numbers 11 and 12.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0012
ATC Code: J01GB03,
Generic Name: Gentamicin,
Pharmaceutical form: Infusion Fluid,
Strength: 3 mg/ml,
Pack size: 120 ml,
Unit: 240 mg,
Quantity in units: Norway: 120.000.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 13 and 14, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 13 or 14, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 13 and 14, the award under lot number 13 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 13 and 14, and there are several compliant tenders for both lot numbers 13 and 14, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 13, since the framework agreement for lot number 14 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 13 and 14, 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 lot numbers 13 and 14.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0013
ATC Code: J01GB03,
Generic Name: Gentamicin,
Pharmaceutical form: Infusion Fluid,
Strength: 3 mg/ml,
Pack size: 120 ml,
Unit: 240 mg,
Quantity in units: Denmark: 15.750, Iceland: 2.100.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 13 and 14, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 13 or 14, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 13 and 14, the award under lot number 13 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 13 and 14, and there are several compliant tenders for both lot numbers 13 and 14, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 13, since the framework agreement for lot number 14 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 13 and 14, 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 lot numbers 13 and 14.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0014
ATC Code: J01MA02,
Generic Name: Ciprofloxacin,
Pharmaceutical form: Infusion Fluid,
Strength: 2 mg/ml,
Pack size: 100 ml,
Unit: 800 mg,
Quantity in units: Denmark: 6.670, Iceland: 150.
ATC Code: J01MA02
Generic Name: Ciprofloxacin
Pharmaceutical form: Infusion Fluid
Strenght: 2 mg/ml
Pack size: 200 ml
Unit: 800 mg
Quantity in units: Denmark: 37.030, Iceland: 550
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 15 and 16, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 15 or 16, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 15 and 16, the award under lot number 15 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 15 and 16, and there are several compliant tenders for both lot numbers 15 and 16, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 15, since the framework agreement for lot number 16 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 15 and 16, 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 lot numbers 15 and 16.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0015
ATC Code: J01MA02,
Generic Name: Ciprofloxacin,
Pharmaceutical form: Infusion Fluid,
Strength: 2 mg/ml,
Pack size: 100 ml,
Unit: 800 mg,
Quantity in units: Norway: 2.800.
ATC Code: J01MA02,
Generic Name: Ciprofloxacin,
Pharmaceutical form: Infusion Fluid,
Strenght: 2 mg/ml,
Pack size: 200 ml,
Unit: 800 mg,
Quantity in units: Norway: 36.600.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 15 and 16, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 15 or 16, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 15 and 16, the award under lot number 15 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 15 and 16, and there are several compliant tenders for both lot numbers 15 and 16, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 15, since the framework agreement for lot number 16 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 15 and 16, 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 lot numbers 15 and 16.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0016
ATC Code: J01XA01,
Generic Name: Vancomycin,
Pharmaceutical form: Infusion Fluid,
Strength: 500 mg,
Unit: 2 g,
Quantity in units: Denmark: 20.832, Iceland: 425.
ATC Code: J01XA01,
Generic Name: Vancomycin,
Pharmaceutical form: Infusion Fluid,
Strength: 1000 mg,
Unit: 2 g,
Quantity in units: Denmark: 68.100, Iceland: 2.500.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 17 and 18, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 17 or 18, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 17 and 18, the award under lot number 17 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 17 and 18, and there are several compliant tenders for both lot numbers 17 and 18, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 17, since the framework agreement for lot number 18 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 17 and 18, 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 lot numbers 17 and 18.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0017
ATC Code: J01XA01,
Generic Name: Vancomycin,
Pharmaceutical form: Infusion Fluid,
Strength: 500 mg,
Unit: 2 g,
Quantity in units: Norway: 18.750.
ATC Code: J01XA01,
Generic Name: Vancomycin,
Pharmaceutical form: Infusion Fluid,
Strength: 1000 mg,
Unit: 2 g,
Quantity in units: Norway: 62.500.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 17 and 18, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 17 or 18, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 17 and 18, the award under lot number 17 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 17 and 18, and there are several compliant tenders for both lot numbers 17 and 18, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 17, since the framework agreement for lot number 18 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 17 and 18, 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 lot numbers 17 and 18.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0018
ATC Code: J01XD01,
Generic Name: Metronidazole,
Pharmaceutical form: Infusion Fluid,
Strength: 5 mg/ml,
Unit: 1500 mg,
Quantity in units: Denmark: 263.040, Iceland: 16.000.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 19 and 20, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 19 or 20, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 19 and 20, the award under lot number 19 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 19 and 20, and there are several compliant tenders for both lot numbers 19 and 20, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 19, since the framework agreement for lot number 20 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 19 and 20, 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 lot numbers 19 and 20.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0019
ATC Code: J01XD01,
Generic Name: Metronidazole,
Pharmaceutical form: Infusion Fluid,
Strength: 5 mg/ml,
Unit: 1500 mg,
Quantity in units: Norway: 30.667.
Each lot number is a separate lot for the pharmaceutical indicated and is put up for tender independently of the other lot numbers. This means that a tenderer may submit a tender for one, several or all lot numbers, and that framework agreements will be awarded separately for each lot number. However, the aim is to conclude framework agreements with different suppliers for the lot numbers 19 and 20, which are linked lot numbers.
If there is only one compliant tender for either lot numbers 19 or 20, the framework agreement for the lot number in question is awarded to the supplier concerned. The supplier concerned will then be excluded from award on the other of the two lot numbers, and the framework agreement will be awarded to the supplier of the remaining suppliers offering the “best price-quality ratio”.
If there are several compliant tenders for both lot numbers 19 and 20, the award under lot number 19 will take precedence. This means that if the same supplier has submitted a tender offering the “best price-quality ratio” for both lot numbers 19 and 20, and there are several compliant tenders for both lot numbers 19 and 20, the Contracting Authorities will only award the supplier concerned a framework agreement for lot number 19, since the framework agreement for lot number 20 is awarded to the supplier with the “second best price-quality ratio” under the lot number concerned.
If there is only one compliant tender for both lot numbers 19 and 20, 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 lot numbers 19 and 20.
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.
Vis mere Titel
Partiets identifikationsnummer: LOT-0020
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-04-30 12:00:00 📅
Betingelser for åbning af buddene: 2024-04-30 12:01:00 📅
Betingelser for åbning af buddene (sted): Amgros I/S, Dampfærgevej 27-29, DK-2100 Copenhagen Ø
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure):
“Questions concerning the tender documents must be submitted through the tendering system, see the provisions of the tender specifications in this regard....”
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure)
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 5.1.12 it should be noted that electronic invoicing is required.
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.
Vis mere
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: norsk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: svensk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 11
Oplysninger om forhandling
Den ordregivende myndighed forbeholder sig ret til at tildele kontrakten på grundlag af de første tilbud uden at føre forhandlinger ✅ Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med flere operatører ✅
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“Reference is made to the provisions of the draft framework agreement. No specific legal form is required. If the contract is awarded to a group of...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
Reference is made to the provisions of the draft framework agreement. 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.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The Supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.
The Pharmaceuticals shall...”
Betingelser for opfyldelse af kontrakten
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 17 February 2025 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.
Ordregivende myndighed Navn og adresser
Navn: Amgros I/S
Nationalt registreringsnummer: 14479880
Postadresse: Dampfærgevej 22
Postnummer: 2100
Postby: København Ø
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: amgros@amgros.dk📧
Telefon: +45 88713000📞
URL: https://amgros.dk🌏 Den ordregivende myndigheds type
Offentligretligt organ
Hovedaktivitet
Sundhed
Oplysninger om fælles indkøb
Kontrakten omfatter fælles indkøb ✅
Kontrakten tildeles af en indkøbscentral ✅ Kommunikation
URL til dokumenter: https://levportal.amgros.dk/Sider/Default.aspx🌏
URL for deltagelse: https://levportal.amgros.dk/Sider/Default.aspx🌏
Supplerende oplysninger Yderligere oplysninger
“The procurement procedure is subject to Danish law and any complaints of the procurement procedure shall be lodged with the Danish Complaints Board for...”
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 5.1.12. The Contracting Authorities have considered whether the tender 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 2.1.3 and 5.1.5 it should be noted that the estimated value indicated in section 2.1.3 is the total estimated value of all lot numbers for the duration of the framework agreement, including the option of renewal, see section 5.1.4. Section 5.1.5 sets out the estimated value for each lot number, including the option of renewal, see section 5.1.4. 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 5.1, paragraph 5.6 of the tender specifications and clause 4.2 of the framework agreement.
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 groundsfor 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 insections 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 section138 of the Public Procurement Act. The Contracting Authorities reserve the right to carry out a so-called "self-cleaning" process if relevant.
The supplier is required to confirm that they do not fall under the exclusion criteria outlined in section 134a of the Danish Public Procurement Act. However, they are not required to provide documentation to support this confirmation. It is noted that this tender falls under Article 5k of Regulation (EU) No. 833/2014, as amended by Regulation (EU) 2022/1269, which prohibits the awarding of contracts to Russian companies and Russian-controlled entities. The contracting authority reserves the right, at any stage of the tender process, to demand documentation proving that economic operators are not subject to this ban. This may include documentation regarding the location of establishment and ownership of the entities involved, as well as any of their subcontractors.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Nævnenes Hus
Postnummer: 8800
Postby: Viborg
Region: Østjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
URL: https://klfu.naevneneshus.dk🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
URL: http://www.kfst.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“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...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk bestilling
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2024/S 046-133166 (2024-03-04)
Bekendtgørelse om indgåede kontrakter (2025-06-10) Objekt Omfanget af udbuddet
Anslået værdi uden moms: 225 775 606 EUR 💰
Beskrivelse
Sted for udførelsen: Byen København🏙️
Tildeling af kontrakt
1️⃣
Der tildeles en kontrakt/et parti ✅
Partiets identifikationsnummer: LOT-0001
Kontraktnummer: Lot number 1 - FrostPharma AB - Bidding No. 40646
Dato for indgåelse af kontrakten: 2024-09-30 📅
Oplysninger om udbud
Antal modtagne bud: 3
Antal bud, der er modtaget ad elektronisk vej: 3
Antal modtagne bud fra SMV'er: 3
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 2
Navn og adresse på kontrahenten
Navn: EQL Pharma AB
Nationalt registreringsnummer: 556713-3425
Postadresse: Stortorget 1
Postnummer: SE-22223
Postby: Lund
Region: Skåne län 🏙️
Land: Sverige 🇸🇪
E-mail: info@eqlpharma.com📧
Telefon: +46 46 12 01 70📞
URL: https://www.eqlpharma.com/🌏
2️⃣
Partiets identifikationsnummer: LOT-0002
3️⃣
Partiets identifikationsnummer: LOT-0003
Oplysninger om udbud
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 1
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: 12 777 840 EUR 💰
4️⃣
Partiets identifikationsnummer: LOT-0004
Oplysninger om udbud
Antal modtagne bud: 4
Antal bud, der er modtaget ad elektronisk vej: 4
Antal modtagne bud fra SMV'er: 4
5️⃣
Partiets identifikationsnummer: LOT-0005
Antal modtagne bud: 1
Antal bud, der er modtaget ad elektronisk vej: 1
Antal modtagne bud fra SMV'er: 1
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: 145 701 EUR 💰
Navn og adresse på kontrahenten
Navn: Navamedic AB
Nationalt registreringsnummer: 556564-9661
Postadresse: Göteborgsvägen 74
Postnummer: SE-433 63
Postby: Göteborg
Region: Västra Götalands län 🏙️
E-mail: infono@navamedic.com📧
Telefon: +46 31 335 11 90📞
URL: https://www.infose@navamedic.com📧
7️⃣
Partiets identifikationsnummer: LOT-0007
Oplysninger om udbud
Antal modtagne bud: 2
Antal bud, der er modtaget ad elektronisk vej: 2
Antal modtagne bud fra SMV'er: 2
Navn og adresse på kontrahenten
Navn: Fresenius Kabi
Nationalt registreringsnummer: 21347809
Postadresse: Islands Brygge 57
Postnummer: 2300
Postby: København
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: info-dk@fresenius-kabi.com📧
Telefon: 33181600📞
URL: https://www.fresenius-kabi.dk🌏
9️⃣
Partiets identifikationsnummer: LOT-0009
Oplysninger om udbud
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 0
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: 580 800 EUR 💰
Navn og adresse på kontrahenten
Navn: B. Braun Medical AS
Nationalt registreringsnummer: 914 113 172
Postadresse: Mathilde Henriksens vei 1
Postnummer: N-3142
Postby: Vestskogen
Region: no083 🏙️
Land: Norge 🇳🇴
E-mail: kundeservice.no@bbraun.com📧
Telefon: +47 33 35 18 00📞
URL: https://www.bbraun.no🌏
1️⃣0️⃣
Partiets identifikationsnummer: LOT-0010
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: 99 385 EUR 💰
Navn og adresse på kontrahenten
Navn: B. Braun Medical A/S
Nationalt registreringsnummer: 20343249
Postadresse: Dirch Passers Alle 27, 3 sal
Postnummer: 2000
Postby: Frederiksberg
E-mail: kundeservice-dk@bbraun.com📧
Telefon: 33313141📞
URL: https://bbraun.dk🌏
1️⃣8️⃣
Partiets identifikationsnummer: LOT-0018
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: 906 200 EUR 💰
Navn og adresse på kontrahenten
Navn: Orion Pharma A/S
Nationalt registreringsnummer: 20601116
Postadresse: Ørestads Boulevard 73
Postby: København S
E-mail: opdk@orionpharma.com📧
Telefon: 8614 0000📞
URL: https://www.orionpharma.dk🌏
1️⃣9️⃣ Oplysninger om ikke-tilskudsgivende
Der blev ikke modtaget nogen bud eller ansøgninger om deltagelse, eller alle blev afvist
Partiets identifikationsnummer: LOT-0019