Norway-Lørenskog: Medical equipments
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | Norway-Lørenskog: Medical equipments |
OJEU (High Value) | 410240-2020 |
Type | Invitation to tender |
Date Published | 2020-09-01 |
Deadline | 2020-09-30 11:00:00 |
Nature Of Contract | Supply contract |
Awarding Authority | |
Procedure | Open procedure |
Description : |
I.1) Name and addresses: NUTS code: NO Communication I.3) Procurement documents (URL):https://permalink.mercell.com/128560666.aspx Additional Information I.3.4) Additional information can be obtained from: I.3.6)Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/128560666.aspx I.4) Type of the contracting authority: BODY PUBLIC I.5.1) Main Activity: HEALTH G-arm for Akershus University Hospital Trust II.1.4) Short description Akershus University Hospital Trust shall procure a complete G-arm for orthopaedic use, including a trolley for the monitor and printer. II.1.6) This contract is divided into lots: no NUTS code: NO012 II.1.4) Short description The objective of the tender competition is to enter into a contract for the procurement of a complete mobile G-arm for orthopaedic use, including a trolley for the monitor and printer. The equipment shall be in use at the Orthopaedic Department at Akershus University Hospital. The G-arm shall delivered to Akershus University Hospital, Sykehusveien 25, 1478 Lørenskog, during November 2020. II.2.5) Award criteria: II.02.07) Duration in months 24 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no II.2.11) Options II.2.11.2) Description of options The contracting athority has an option for a service agreement after the expiry of the warranty period and course. See the requirement specification. The procurement is related to a project and/or programme financed by European Union funds): no III.1.1) List and brief description of conditions Requirement: Tenderers must be a legally established company. Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established. III.1.2.3) List and brief description of selection criteria Requirement: Tenderers must have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificates not older than six months calculated from the tender deadline. A tax certificate is defined as: For Norwegian tenderers: Tax and VAT certificate issued by the Tax Office via Altinn. For foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that they have orderly conditions in relation to the payment of tax and duties. If the authorities in the relevant country do not issue these certificates, the tenderer should submit a statement which states that all taxes and duties have been paid. The statement shall be approved and signed by the tenderer's Financial Director/ person responsible for finance. Requirement: The tenderer must have the sufficient financial strength to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the board and auditor's reports from 2019. If the Annual Financial Statements for the last year are not finished before the tender deadline for this contest expires, the last year's preliminary annual accounts should also be attached. The contracting authority reserves the right to carry out a credit assessment from the credit rating company Proff Forvalt. Financial strength is evaluated in relation to turnover, operating profit margin, solidity and liquidity. III.1.3.2) List and brief description of selection criteria Requirement: Tenderers must have the adequate implementation ability. Documentation requirement: A short, general description of the company shall be given, including: An account of the company’s business concept and core competencies related to the scope of the delivery. An overview of the company’s history, organisation and ownership, as well as a description of the current business. Description of how the tenderer is organised for the execution of this contract. A concise description of the overall quality assurance system that the service provider will use for this contract. Requirement: Tenderers must have good experience from equivalent assignments. Documentation requirement: Certificates from similar deliveries during the last three years. The certificates should be signed or confirmed in writing by the Contracting Authority for the different deliveries, and as a minimum shall include: A brief description of the assignment. Date of implementation. Scope of the contract in monetary amount. Name and telephone number of the reference person at the contracting authority. If it is not possible to acquire signed or verified attestations, the tenderer shall provide a list of all relevant assignments with descriptions according to the above points. The Contracting Authority must have the possibility to contact the contact persons who are listed. III.2.2) Contract performance conditions See the attached contract. IV.1.1) Type of procedure: Open IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2020-09-30 IV.2.2) Local time 11:00 IV.2.6) Tender must be valid until 2020-12-30 IV.2.7) Conditions for opening of tenders IV.2.7) Date 2020-09-30 IV.2.7) Local time 11:00 VI.2.1) Electonic ordering will be used VI.2.2) Electronic invoicing will be accepted VI.2.3) Electronic payment will be used Review body: Body responsible for mediation procedures VI.04.04) Service from which information about the review Date of dispatch of this notice : 2020-08-27 |
CPV Codes |
33100000; 33111000; 33111800; 33124200; Medical equipments; X-ray devices; Diagnostic X-ray system; Radiodiagnostic devices; |
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. |
|