23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2021/S 187-486866
Offentliggjort
27.09.2021
Udbudstype
Udbud efter forhandling

Udbyder

Region Midtjylland

Vindere

Multidose dispensing system

(03.05.2022)
Baxter A/S
Tobaksvejen 2A
2860 Søborg

Contract for Multidose dispensing system


Region Midtjylland

Contract notice

Services

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: Skottenborg 26
Town: Viborg
NUTS code: DK04 Midtjylland
Postal code: 8800
Country: Denmark
Contact person: Christina Grande Zappe
E-mail: chrzap@rm.dk
Telephone: +45 21336883
Internet address(es):
Main address: http://www.udbud.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=303018&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=303018&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:

Contract for Multidose dispensing system

II.1.2) Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3) Type of contract
Services
II.1.4) Short description:

The contracting entity is building a new hospital pharmacy on the same location as Aarhus University Hospital. It is expected to be in operation on 29 September 2023. The Hospital Pharmacy wishes to purchase an automated multidose dispensing system to assist in administering medication.

The contracting entity will only enter into a single contract, which will include both types of machines and a line of other services.

II.1.5) Estimated total value
Value excluding VAT: 2 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
33000000 Medical equipments, pharmaceuticals and personal care products
33100000 Medical equipments
42000000 Industrial machinery
50000000 Repair and maintenance services
50400000 Repair and maintenance services of medical and precision equipment
72100000 Hardware consultancy services
72200000 Software programming and consultancy services
72261000 Software support services
72262000 Software development services
72267000 Software maintenance and repair services
33600000 Pharmaceutical products
II.2.3) Place of performance
NUTS code: DK04 Midtjylland
II.2.4) Description of the procurement:

I - Background and purpose:

The Multidose dispensing system must be able to handle loose tablets and capsules and both Patient specific pouches, PN pouches and treatment packages. The Multidose dispensing system requires an interface with the EPR system, EPJ, and the ERP system, ApoVision, as the Production orders are received from these systems.

The Multidose dispensing system must support Closed loop medication in the hospital and each produced pouch must therefore contain a printed, unique barcode. When a pouch has been produced in the Multidose packing machine, it must be sent through a Detection machine, which verifies and documents that it is the correct medicine in the pouch. Furthermore, the Multidose packing machine must send exact information of produced pouches to EPJ enabling staff to scan the barcode before the content is administered to a patient.

The Multidose dispensing system must be able to comply with the required production capacity. Prescriptions from EPJ will be released to production 2-3 times a day according to administration time for the wards, so production will be produced and delivered Just in time. Order lines from ApoVision will also be combined and released between orders from EPJ. Each Multidose packing machine and Detection machine must be able to handle a daily requirement of 1000 pouches produced pr. hour.

II – Main services

The main services of the contract include the following:

a) A Multidose dispensing system:

To ensure operational reliability the overall system must include at least two Multidose packing machines, two Detection machines, relevant software and other necessary equipment e.g., workstations.

b) Development of interfaces between the Multidose dispensing system and EPJ and ApoVision:

The contract will include development of the interface in cooperation with the contracting entity and the suppliers of EPJ and ApoVision.

• ApoVision is based on Dynamics NAV17),

• EPJ is based on Systematics Columna CIS

c) Validation/documentation:

The Multidose dispensing system will be subject to validation and testing carried out in accordance with Eudralex Vol 4 annex 15 (Good Manufacturing Practice (GMP) guidelines).

d) Training of the contracting entity’s staff:

The contract includes training and education of the contracting entity’s staff. The training must be aimed at different levels and include operators, super users and technicians.

e) Support and maintenance:

The supplier shall provide continuously support and maintenance of the Solution. The maintenance includes ongoing and preventive maintenance, including new versions, releases and patches. The support includes technical support and both on-site and remote service. The support and maintenance include replacements of spare parts and other items.

f) Consumables

The supplier must deliver consumables, i.e., foil and ink ribbon for the Multidose packing machine to meet the need of the contracting entity.

g) Configuration and further development of the Software:

The supplier must continuously ensure that the Solution is configured and further developed to support the contracting entity’s business needs, including because of changed legislation or needs. Further development must be provided at the contracting entity’s request.

h) Related modules:

The supplier must make new modules covered by the supplier’s roadmap available. These modules must be made available on the terms of the contract and delivered at request.

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: 2 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The indicated term above will commence on signature of the contract but the contract is not limited in time. However, it is possible to terminate the contract. The period specified above reflects the period of non-terminability.

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:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries (references), see section III.1.3), of the services covered by the contract, see the description in section II.2.4).

The evaluation of the most relevant deliveries (references) will be made on the basis of the extent to which the references document experience with delivery of functionally comparable services, see the description in section II.2.4), sub-item II, letters A-H (main services) in relation to the general characteristics stated in section II.2.4), sub-item I (background and purpose).

In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the starting point is the candidate’s most relevant reference, however, the other references may supplement the most relevant reference if the references together document a higher degree of relevant experience in delivering the services specifically required with similar characteristics.

In the assessment the contracting entity will award the applicants points on a scale from 1-5, and it will be given special weight if the supplier documents experience with delivery of services in accordance with GMP-legislation, support of closed loop medication in a hospital or similar and/or experience with production of both just in time acute patient orders and release of orders in bulk.

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

Option on 1st level support on the equipment and options on additional equipment and training of the contracting entity’s staff.

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 contract put up for tender contains elements of a framework agreement. The contracting entity has assessed that the estimated value of the public service contract exceeds the value of the framework agreement. The contract is therefore put up for tender as a public service contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The candidate must submit the European Single Procurement Document ("ESPD") with the following information:

- The candidate's equity in the most recent financial year available

- The candidate's total annual turnover in the latest financial years available

If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see below, the candidate and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:

The operator's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

A statement regarding the operator's total turnover in the most recent annual reports/financial statements available, depending on when the operator was set up or started trading, if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the most recent annual reports/financial statements available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

Minimum level(s) of standards possibly required:

As a minimum requirement, an positive equity is required in the most recent annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the most recent annual report/financial statement available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in the most recent annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.

As a minimum requirement, a total annual turnover of at least Euro 2.5 million is required in the latest annual reports/financial statements available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in the annual re-ports/financial statements available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in the latest annual reports/financial statements available. The information is to be stated in section IV.B of the ESPD.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

The candidate must submit the ESPD with the following information:

A list of the 5 most significant comparable services, see section II.2.4), that the candidate has carried out in the latest 3 years before the expiry of the deadline for application.

Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9). Hence, in the case of an ongoing task, only the part of the services already performed at the time of application will be included in the evaluation of the reference.

Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the services set out in section II.2.4) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the customer (recipient).

When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate how the date is specified.

No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or is a group of operators (e.g. a consortium).

If the candidate relies on the professional experience of other entities for the performance of specific parts of the services comprised by the contract, see section II.2.4), such specific parts of the services under the contract must be performed by the entity on which the candidate relies.

The ESPD serves as provisional documentation that the candidate's compliance with the selection criterion, see section II.2.9).

Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated.

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

The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014.

The contract lays down requirements on compliance with the law on processing of personal data and GMP-legislation.

If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.

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.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 100-264014
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/10/2021
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 28/10/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see section I.3). For access to the procurement documents, the candidate must be registered or register as a user.

If the application contains several versions of the same document, the latest uploaded version will apply.

All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions must be submitted not later than 13 October 2021. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed.

--

The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act. It is not necessary for the Candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the Candidate is a group of operators, each participant’s ESPD document must be signed by the participant in question. The Candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies.

In this procedure, the candidate may rely on the technical and/or financial capacity of other operators to fulfil the suitability requirements stated in section III.1), including for the purpose of selection, see section II.2.9). The operator(s) making its/their technical and/or financial capacity available to the candidate must sign a letter of commitment. The form is enclosed as an attachment to the tender specifications.

The candidate will be excluded from participation in the tender procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, and the exclusion grounds stated in section 137(1), para 1, 2, 3 and 4, unless the candidate has submitted sufficient documentation of its reliability in accordance with section 138. The voluntary grounds for exclusion are applied while complying with the principle of proportionality.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.

--

As regards sections II.1.5) and II.2.6), it is noted that the amount is an estimate of the expected contract price over a period of 48 months including the price of all options cf. section 38 of the Danish Public Procurement Act.

As regards section II.2.9) it should be noted that each candidate may only submit one application.

A technical dialogue has been conducted prior to this call for tenders. Relevant material can be acquired from the contracting entity.

The contracting entity expects to carry out one negotiation (expected in medio December 2021) with each tenderer on the basis of the tenderer’s indicative offer (INDO)(expected deadline 29 November) and award the contract on the basis on the best and final offer (expected deadline 12 January 2022). However, the contract may be awarded on the basis of the INDO. For further information on the process of the negotiations, reference is made to the tender specifications and annexes.

The contracting entity will pay no remuneration for participating.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement 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 entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal 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 section 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1.

The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

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:
22/09/2021
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|