Technical dental products for Telemark county (Sub-contract 1).

This procurement is for the establishment of a framework agreement for the purchase of dental technical products to Telemark county. The procurement is divided into two separate competitions with different types of sub-contracts. This competition is for Sub-Contract 1 - Framework agreement with one tenderer. The agreement includes all products, …

CPV: 33130000 Instrumental y aparatos de odontología y sus especialidades, 33132000 Implante dental, 33138000 Productos para prótesis y rebase, 33138100 Dentaduras
Plazo:
30 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Technical dental products for Telemark county (Sub-contract 1).
Organismo adjudicador:
Telemark fylkeskommune
Número de premio:
24/229

1. Buyer

1.1 Buyer

Official name : Telemark fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Technical dental products for Telemark county (Sub-contract 1).
Description : This procurement is for the establishment of a framework agreement for the purchase of dental technical products to Telemark county. The procurement is divided into two separate competitions with different types of sub-contracts. This competition is for Sub-Contract 1 - Framework agreement with one tenderer. The agreement includes all products, including removable prosthetics, fixed prosthetics and implant prosthetics.
Procedure identifier : 813ebde2-a2f1-495f-90f5-68b8897f8335
Internal identifier : 24/229
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33132000 Dental implant
Additional classification ( cpv ): 33130000 Dental and subspecialty instruments and devices
Additional classification ( cpv ): 33138000 Prosthodontic and relining products
Additional classification ( cpv ): 33138100 Dentures

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )

2.1.3 Value

Estimated value excluding VAT : 3 300 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Technical dental products for Telemark county (Sub-contract 1).
Description : This procurement is for the establishment of a framework agreement for the purchase of dental technical products to Telemark county. The procurement is divided into two separate competitions with different types of sub-contracts. This competition is for Sub-Contract 1 - Framework agreement with one tenderer. The agreement includes all products, including removable prosthetics, fixed prosthetics and implant prosthetics.
Internal identifier : 24/229

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33132000 Dental implant
Additional classification ( cpv ): 33130000 Dental and subspecialty instruments and devices
Additional classification ( cpv ): 33138000 Prosthodontic and relining products
Additional classification ( cpv ): 33138100 Dentures

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 1 year.

5.1.5 Value

Estimated value excluding VAT : 3 300 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirement for economic and financial capacity.
Description : Qualification requirement: Tenderers shall have good solidity and otherwise satisfactory financial capacity to fulfil the contract. Documentation requirement: The contracting authority reserves the right to carry out a credit assessment from the company and accounting information system Bisnode Norway AS ( https://www.soliditet.no). The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. If a tenderer feels that such a credit rating will not provide sufficient information about the financial position, tenderers can enclose other information they believe is relevant.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Qualification requirement: Tenderers shall have their tax and VAT payments in order.  Documentation requirement: Tax and VAT certificate, not older than 6 months calculated from the deadline for submitting a request for participation in the competition or submitting a tender.  The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be extracted from the tax collector or the Norwegian Tax Administration.  Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration, authorisations, etc.
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Tenderers must be able to submit the following: Norwegian companies shall enclose a company registration certificate. Foreign companies shall present confirmation that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Reference requirements
Description : Tenderers shall have experience from similar and relevant assignments. Documentation requirement: Tenderers shall enclose references from the 3 most similar and relevant assignments during the last three years. The reference shall be presented in a list where relevant assignments with descriptions in accordance with the points below. Brief description of the delivery The date of the execution Extent of the delivery in amounts Name, and telephone number of reference persons at the contracting authorities. The contracting authority must have the possibility of contacting the stated reference persons.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Environmental requirements
Description : Qualification requirement: Tenderers shall take environmental impact into consideration and must do their part to reduce negative environmental impact by their activities. Documentation requirement: Tenderers shall enclose a short description of the tenderer ́s environment focus, systems and measures to reduce negative environmental impact. If the tenderer is ISO 14001 certified within the environment, a copy of the certificate will replace other descriptions.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Cost
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=28498

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 30/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 85 Day
Information about public opening :
Opening date : 30/09/2024 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Telemark tingrett

8. Organisations

8.1 ORG-0001

Official name : Telemark fylkeskommune
Registration number : 929882989
Department : EKSTERNE
Postal address : Torggata 18
Town : Skien
Postcode : 3717
Country : Norway
Contact point : Linn Marie Rian
Telephone : +47 35 91 70 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Telemark tingrett
Registration number : 926 723 545
Postal address : Postboks 2624
Town : Skien
Postcode : 3702
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Telephone : 35 69 20 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 645bf048-9325-48bd-9f43-018e37764ef0-02
Main reason for change : Information updated
Description : Updated contract value

10.1 Change

Section identifier : RESULT
Description of changes : Updated contract value

11. Notice information

11.1 Notice information

Notice identifier/version : 8a3e36bf-5544-4ab6-9e57-92ec4b742aa3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2024 06:44 +00:00
Notice dispatch date (eSender) : 02/09/2024 06:56 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00527884-2024
OJ S issue number : 171/2024
Publication date : 03/09/2024