Norway-Oslo: Vaccines

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Norway-Oslo: Vaccines
OJEU (High Value) 325021-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-09-15 13:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Folkehelseinstituttet
National registration number: National registration number: 983 744 516
Postal address: Lovisenberggata 8
Town: Oslo
Postal code: 0456
Country: NO
Contact person: Ole Andreas Fuglesang
Telephone: +47 21076629
E-mail: ole.andreas.fuglesang@fhi.no
NUTS code: NO
Main address: http://www.fhi.no
Address of the buyer profile (URL): https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/346372

Communication
I.3) Procurement documents
(URL):http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=274075&B=DFO

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=274075&B=DFO
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: MINISTRY

Main Activity
I.5.1) Main Activity: HEALTH

Section II: Object of Contract


Title:
HPV Vaccine in the Child Vaccination Program

Reference number: 20/12382

II.1.4) Short description
Folkehelseinstituttet [the Norwegian Institute of Public Health’is carrying out an open tender competition with the aim of entering into a framework agreement for the delivery of HPV vaccines i.e. The vaccine against human papillomavirus, for boys and girls in the Norwegian child vaccination program.

The competition will be implemented as an open tender competition in accordance with the Public Procurement Regulations' Parts 1 and 3. The competition is implemented electronically in CTM electronic tender documentation tool (KGV).

Together with information given in KGV and announcements on Doffin and TED, the basis of competition is determined with attachments, rules and conditions for the competition.

The purpose of the procurement is to enter into a framework agreement for the delivery of HPV vaccinations, i.e. vaccinations again the human papillomavirus in the Norwegian child vaccination programme. The target group is girls and boys aged 12-13 years. The procurement will be carried out as an open tender competition.

The procurement concerns the delivery of vaccines against human papillomavirus (HPV) (ATC code, J07B M).

II.01) Estimated value excluding VAT:
NOK 100000000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: NO
II.2.3.2) Main site or place of performance:
Oslo.

II.1.4) Short description
Folkehelseinstituttet [the Norwegian Institute of Public Health’is carrying out an open tender competition with the aim of entering into a framework agreement for the delivery of HPV vaccines i.e. The vaccine against human papillomavirus, for boys and girls in the Norwegian child vaccination program.

The competition will be implemented as an open tender competition in accordance with the Public Procurement Regulations' Parts 1 and 3. The competition is implemented electronically in CTM electronic tender documentation tool (KGV).

In conjunction with information given in KGV and announced on Doffin and TED, this determines the basis for the tender documentation and Appendix, rules and terms for the competition.

The purpose of the procurement is to enter into a framework agreement for the delivery of HPV vaccinations, i.e. vaccinations again the human papillomavirus in the Norwegian child vaccination programme. The target group is girls and boys aged 12-13 years. The procurement will be carried out as an open tender competition.

The procurement concerns the delivery of vaccines against human papillomavirus (HPV) (ATC code, J07B M).

The Norwegian Institute of Public Health will, in accordance with the contract, register at a minimum volume 110 000 doses per calendar year in the contract period. (Supply agreement point 3.2). The tenderer will commit to being able to deliver up to 130 000 doses per calendar years in the contract period. (Supply agreement point 3.3)

With a maximum contract duration of 4 years, the scope is 444 000-520 000.

Beyond the minimum volume, the volume that the Norwegian Public Health Authority will eventually o order, depending on request.

The Norwegian Public Health Institute is not obligated to submit orders beyond the minimum requirement.

II.2.5) Award criteria:

Criteria: Quality, including effect and security
Weighting: 70
Cost/Price
Weighting: 30
Value excluding VAT: NOK 100000000.00
II.02.07) Duration in months 24
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The contract will have a duration of 2 years with automatic extension for 1 year + 1 year unless it is cancelled earlier in-line with supply agreement point 17. The contracting authority aims to sign the contract shortly after the procurement is implemented.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
The contract will have a duration of 2 years with automatic extension for 1 year + 1 year unless it is cancelled earlier in-line with Supply Agreement point 17. The contracting authority aims to sign the contract shortly after the procurement is implemented.

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

See point VI.3), Additional information for clarification regarding estimated procurement value in point II.1.5) ‘Estimated total value’.


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Tenderers must be registered in a company register, professional register or a trade register in the country where the tenderer is established.

Documentation requirement:

Norwegian tenderers: Company Registration Certificate

Foreign tenderers: Verification showing that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

III.1.2.3) List and brief description of selection criteria
Sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

Documentation requirement:

Credit rating based on the most recent accounting figures. The rating must be carried out by a credit rating company with a license to conduct this service.

If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the contracting authority deems suitable.

III.1.3.2) List and brief description of selection criteria
Tenderers must have experience from comparable assignments.

Documentation requirement:

Description of up to three of the tenderer's most relevant assignments during the last 3 years. The description must include an indication of the assignment product/scope or value, dates and recipients.. It is the tenderer's responsibility to confirm relevance through the description.

The tenderer must have sufficient delivery capacity throughout the contract period.

Documentation requirement:

Proof that the tenderer has the capacity to deliver up to 130 000 doses of HPV vaccine per year through the contract period.

The tenderer must have the requisite permissions to be able to fulfil the contract.

Documentation requirement:

If the tenderer is the manufacturer of the vaccine, permission must be presented from relevant EU/EEA authorities to manufacture pharmaceuticals.

If the tenderer is not the manufacturer of the vaccine, the requisite permissions from relevant EU/EEA authorities to trade in pharmaceuticals must be presented.

If the tenderer imports the vaccine, the import license that includes the offered vaccine must be presented.

III.2.2) Contract performance conditions
• The Norwegian Institute of Public Health requires ethical and socially responsible production. (Supply Agreement, point 12, 12.1 – 12.4)

• The tenderer shall be a member of the Legemiddelansvarsforeningen [Pharmaceutical Liability Association] (Supply Agreement, point 11.2)

•The Norwegian Institute of Public Health can re-sell, non-distributed, vaccine doses (Supply Agreement, point 18.1)

• The tenderer must be able to deliver up to 130 000 doses per year during the contract period. (Supply agreement point 3.3)

• The Norwegian Institute of Public Health is obliged to procure a minimum of 110 000 doses per year during the contract period. (Supply agreement point 3.2)


Section IV: Procedure

IV.1.1) Type of procedure: Open
IV.1.3) The procurement involves the establishment of a framework agreement


IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-09-15
IV.2.2) Local time 13:00



IV.2.6) Tender must be valid until
2020-11-15
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-09-15
IV.2.7) Local time 13:00
IV.02.07) Place
Electronic tender opening in the KGV system.


Additional Information:

Two persons from the Norwegian Institute of Public Health's vaccination management unit.


Section V: Complementary information


VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Additional Information:

About the procurement Value, cf. point II.1.5) Estimated total value.

The total value of the procurement is roughly given as NOK 100 million, with the following clarification:

The contracting authority has calculated a span for real procurement value based on prices offered in the previous tender competition. In the Norwegian Institute of Public Health's vaccine procurements, price per dost unit price) is the only price element. As the total doses are known, it is not possible to provide exact values for the procurement value without the unit prices quoted in the previous tender being known. The contracting authority considers unit prices as information of competitive importance to keep confidential for the purposes of the information concerned and that they are covered by confidentiality cf. confidentiality, cf. the Freedom of Information Act 13 and the Public Administration Act §13 first paragraph point 2).

The contracting authority notes that the estimated cost range of the procurement value is from under to over NOK 100 million where the sales are in the size order of tens of millions both ways (over and under).


Review body:
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: NO
Telephone: +47 22035200
E-mail: oslo.tingrett@domstol.no
URL: https://www.domstol.no/Enkelt-domstol/oslotingrett/

Section VI

Date of dispatch of this notice : 2020-07-07

CPV Codes
33651600; Vaccines;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.