23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 146-385407
Offentliggjort
30.07.2021
Udbudstype
Udbud efter forhandling

Udbyder

Region Midtjylland

Opdateringer

Annullering
(05.11.2021)

No contract will be awarded, as only one Tender has been received.

Tender, Automated Dispenser Solution


Region Midtjylland

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Region Midtjylland
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
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=307856&B=REGIONMIDT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=307856&B=REGIONMIDT
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health

Section II: Object

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

Tender, Automated Dispenser Solution

Reference number: 1-23-4-101-8-20
II.1.2) Main CPV code
42965100 Warehouse management system
II.1.3) Type of contract
Supplies
II.1.4) Short description:

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.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
51430000 Installation services of laboratory equipment
38000000 Laboratory, optical and precision equipments (excl. glasses)
II.2.3) Place of performance
NUTS code: DK04 Midtjylland
II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 10 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

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).

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

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).

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

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

III.1) Conditions for participation
III.1.3) Technical and professional ability
List and brief description of selection criteria:

The candidate must provide a reference list of comparable references in the ESPD.

Minimum level(s) of standards possibly required:

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.

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

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

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/08/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 21/09/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 21/06/2022

Section VI: Complementary information

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

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
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
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Klagenævnet for Udbud
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
VI.5) Date of dispatch of this notice:
26/07/2021

Send til en kollega

0.094