Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=307856&B=REGIONMIDT
Udbyder
Region Midtjylland
Opdateringer
No contract will be awarded, as only one Tender has been received.
Tender, Automated Dispenser Solution
Region Midtjylland
Contract notice
Supplies
Section I: Contracting authority
National registration number: 29190925
Postal address: Nørrebrogade 44, Byg. 2A
Town: Aarhus C
NUTS code: DK04 Midtjylland
Postal code: 8000
Country: Denmark
Contact person: Jeppe Pedersen
E-mail: Jeppe.Pedersen@stab.rm.dk
Telephone: +45 40860158
Internet address(es):
Main address: http://www.rm.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/253854
Section II: Object
Tender, Automated Dispenser Solution
The tender pertains to delivery (procurement) of an Automated Dispenser Solution for storage and dispensing of medicine packages to be installed at the Hospital Pharmacy in Central Denmark Region. The Automated Dispenser Solution must be able to handle the work processes from receipt of goods to picking and preparation of goods for shipment to a hospital ward and outpatients.
The tender pertains to delivery (procurement) of an Automated Dispenser Solution for storage and dispensing of medicine packages to be installed at the Hospital Pharmacy in Central Denmark Region. The Automated Dispenser Solution must be able to handle the work processes from receipt of goods to picking and preparation of goods for shipment to a hospital ward and outpatients.
1) The more of the 3 comparable references that make up a solution with a storage capacity of a minimum of 50 000 medicine packs, the better.
2) The more of the 3 comparable references pertaining to a solution delivered to a hospital pharmacy at a minimum size of the hospital pharmacy in the Central Denmark Region the better. Hospital pharmacy Central Denmark Region has a turnover of approx. 2.1 billion DKK (excl. VAT) per year and distributes approx. 1.74 million pieces/goods per year to hospital clinics and outpatients.
3) 1) The candidate's equity capital in DKK (by year-end) for the most recent available financial year (the higher, the better).
The following obligatory options are a part of the contract:
1) Service: The contract includes service-options and an option to enter into a service agreement (see Appendix 2 and 5).
2) Spare parts: The Contracting Authority may also choose to take out a spare parts insurance with the Supplier (see Appendix 2 and 6).
The services in this procurement are grouped on a single contract. The contracting authority has chosen not to split the contract in accordance with section 49 of the Public Procurement Act, as it is assessed that there is such a natural connection between the services in this procurement, that they are most appropriately handled by the same supplier.
Section III: Legal, economic, financial and technical information
The candidate must provide a reference list of comparable references in the ESPD.
It is a minimum requirement that the tenderer has relevant experience and can list at least three comparable references performed/delivered within the last six (6) years calculated from the date of the deadline for requests to participate. The reference period of six years is set, as the Contracting Authority has assessed that in accordance with the last sentence of section 155, No 2 of the Public Procurement Act, a longer reference period to ensure adequate competition is necessary.
A reference is regarded as comparable if it pertains to the delivery and commissioning of an automated dispenser solution for storage and dispensing of medicine packages to a hospital pharmacy (a pharmacy that provides hospital staff with medicines to treat patients). It is crucial that commissioning has taken place within the last six (6) years.
Moreover, it is a minimum requirement that at least one of the 3 deliveries relates to a solution with a storage capacity of at least 50 000 medicine packs.
Special conditions:
1) Social responsibility: The contract stipulates that the supplier's services must be provided with respect for national and international laws and regulations concerning human rights, labor rights, the environment and anti-corruption. In addition see draft contract, section 30.
2) Collateral requirements: The successful Tenderer must, at the latest at the same time as concluding the contract, provide security in the form of a demand guarantee in accordance with the draft contract section 23.
Section IV: Procedure
Section VI: Complementary information
The procurement procedure will be completed electronically through the online CTM system of the Contracting Authority (EU-supply.com). CTM is short for Complete Tender Management. This system will be applied for all written correspondence, including the Contracting Authority's answering of questions, the Candidates' submission of a request to participate and the Tenderers' submission of tenders.
If your company is interested in participating in the tender, it requires online registration in EU-Supply's CTM. It is free to register as a user in the system. For technical questions regarding the use of the system, please contact EU-Supply's Support on telephone +45 70 20 80 14 or email dksupport@eu-supply.com.
In addition to the mandatory exclusion grounds in The provisions of the Public Procurement Act (sections 135-136) the following of the voluntary exclusion grounds in the Public Procurement Act apply in this tender (reference is made to the Public Procurement Act's provisions for the final and complete wording of the said provisions):
• breach of obligations in the field of environmental law, social law and labour law, cf. section 137 of The Public Procurement Act, Act 1, No. 1;
• bankruptcy, insolvency, compulsory composition outside bankruptcy, analogue situation like bankruptcy under national law, assets being administered by liquidator or suspension of business activities, cf. section 137 of The Public Procurement Act, Act 1, No. 2;
• guilty of grave professional misconduct, cf. section 137 of The Public Procurement Act, Act 1, No 3;
• agreements with other economic operators aimed to distort competition in the market, cf. section 137 of The Public Procurement Act, Act 1, No. 4;
• the economic operator has wrongfully tried to influence the contracting authority's decision - making process, cf. section 137 of the Public Procurement Act. 1, No. 6.
It should be noted, however, that any tenderer having unpaid, overdue debts to public authorities concerning taxes, duties or social security contributions will be excluded for this reason alone if such debts exceed DKK 100 000.
Information on grounds for exclusion must be provided in the ESPD.
This is a competitive procedure with negotiation in accordance with section 61 of the Public Procurement Act. The pre-qualified companies will be asked in writing to submit an initial tender, cf. section 4 of the tender conditions. The purpose of negotiation is partly that the Tenderer has access to optimize the tender and partly to ensure that that the Tenderer submits a conditional tender. Any pre-qualified Tenderer who submits tenders according to the deadline in section 4 of the tender conditions, will be invited for negotiation, regardless of whether a tender is conditional. Expectedly 1 round of negotiations will be held. However, the contracting authority reserves the right to award the contract on the basis of the initial tender without completion of negotiations.
The contracting authority reserves the right to extent with one or more rounds of negotiations, if the need arises.
The Tenderer does not receive a fee for participating in the negotiation process.
Postal address: Nævnenes Hus, Tolboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Complaints about not having been pre-qualified must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after sending a notification to the affected applicants about who has been pre-qualified.
Other complaints must be submitted to the Complaints Board for Tenders within 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract and 6 months after the contracting entity has entered into a framework agreement. where the contracting authority has notified the candidates and tenderers concerned.
When the complaint is submitted to the Complaints Board for Tenders, the complainant must send a copy of the complaint with appendices to the Contracting Authority, preferably by e-mail.
Postal address: Nævnenes Hus, Tolboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0