Pharmaceutical products (№16185261)

16 aug

Number: 16185261

Country: Denmark

Source: TED


Link to original

To view links to the source need to register

Publication date


16-08-2019

Description


  1. Section I
    1. Name and addresses
      Amgros I/S
      Dampfærgevej 22
      København Ø
      2100
      Denmark
      Telephone: +45 88713000
      E-mail: [email protected]
      Fax: +45 88713008
    2. Type of the contracting authority:
      Body governed by public law
    3. Main activity:
      Health
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Joint Nordic Procurement of Pharmaceuticals — 2020 — NF1.620.a

      2. Main CPV code:
        33600000, 33600000, 33600000, 33600000, 33600000, 33600000, 33600000, 33600000
      3. Type of contract:
        Supplies
      4. Short description:

        Denmark, Norway and Iceland have entered into cooperation regarding the procurement of pharmaceuticals. The countries will jointly procure and award framework agreements in order to ensure the supply of pharmaceuticals to the public hospitals and health authorities in the countries. In Denmark certain pharmaceuticals is resold to the Faroe Island and Greenland. For this procurement group delivery to Iceland is an option, see Section II.2.11).

        Tenders for the pharmaceuticals are invited so that the contracting authorities can enter into framework agreements for delivery of the pharmaceuticals requested in the list of products and specified under the various lots below (Section II.2.4).

        The framework agreements are non-exclusive to the supplier. The hospitals and health authorities are not obliged to use the Framework agreement.

      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 6 720 000.00 EUR
    2. Description
      1. Title:

        1

      2. Additional CPV code(s):
        33600000
      3. Place of performance:
      4. Description of the procurement:

        Procurement No 1,

        ATC Code: A04AA01,

        Generic name: Ondansetrone,

        Pharmaceutical form: injection fluid,

        Strength: 2 mg/ml,

        Package: 2 ml,

        Unit value: 16 mg,

        Volume in units: (Iceland: 1029)(Norway: 50000)(Denmark: 93478)

        The above pharmaceuticals are put up for tender independently of the pharmaceuticals under the other procurement numbers.

        Each procurement number is considered a separate lot. A supplier may thus choose to submit tender for one, several or all procurement numbers, and award will take place separately for each individual procurement number. Reference is made to the tender specifications, including the provisions on submission of tender under the individual procurement numbers.

        Under the title ‘quantity in units’, an estimated consumption of the pharmaceuticals is indicated for each of the countries.

        It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

        The supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

        Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), ‘Farmalogg’ (Norway) and ‘Lyfjaverðskrá’ (Iceland) no later than 1.12.2019. The requirement regarding and ‘Lyfjaverðskrá’ (Iceland) only apply if Iceland is part of the framework agreement, see Section II.2.11).

      5. Award criteria:
      6. Information about options:
        Options: yesDescription of options:

        Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.

        For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the supplier is awarded a framework agreement the framework agreement will cover delivery of the pharmaceuticals in all 3 countries for the purchase period.

        If the supplier chooses not to give a tender for the delivery to Iceland the framework agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
      9. Title:

        2

      10. Additional CPV code(s):
        33600000
      11. Place of performance:
      12. Description of the procurement:

        Procurement No 2,

        ATC Code: A04AA01,

        Generic name: Ondansetrone,

        Pharmaceutical form: injection fluid,

        Strength: 2 mg/ml,

        Package: 4 ml,

        Unit value: 16 mg,

        Volume in units: (Iceland: 329)(Norway: 15000)(Denmark: 16625)

        The above pharmaceuticals are put up for tender independently of the pharmaceuticals under the other procurement numbers.

        Each procurement number is considered a separate lot. A supplier may thus choose to submit tender for one, several or all procurement numbers, and award will take place separately for each individual procurement number. Reference is made to the tender specifications, including the provisions on submission of tender under the individual procurement numbers.

        Under the title ‘quantity in units’, an estimated consumption of the pharmaceuticals is indicated for each of the countries.

        It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to Paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

        The supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

        Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), ‘Farmalogg’ (Norway) and ‘Lyfjaverðskrá’ (Iceland) no later than 1.12.2019. The requirement regarding and ‘Lyfjaverðskrá’ (Iceland) only apply if Iceland is part of the framework agreement, see Section II.2.11).

      13. Award criteria:
      14. Information about options:
        Options: yesDescription of options:

        Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.

        For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the Supplier is awarded a framework agreement the framework agreement will cover delivery of the pharmaceuticals in all 3 countries for the purchase period.

        If the supplier chooses not to give a tender for the delivery to Iceland the framework agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:
      17. Title:

        3

      18. Additional CPV code(s):
        33600000
      19. Place of performance:
      20. Description of the procurement:

        Procurement No 3,

        ATC Code: J01GB03,

        Generic name: Gentamicin,

        Pharmaceutical form: infusion fluid,

        Strength: 1 mg/ml,

        Unit value: 0,24 g,

        Volume in units: (Iceland: 47)(Norway: 6667)(Denmark: 903)

        The above pharmaceuticals are put up for tender independently of the pharmaceuticals under the other procurement numbers.

        Each procurement number is considered a separate lot. A supplier may thus choose to submit tender for one, several or all procurement numbers, and award will take place separately for each individual procurement number. Reference is made to the tender specifications, including the provisions on submission of tender under the individual procurement numbers.

        Under the title ‘quantity in units’, an estimated consumption of the pharmaceuticals is indicated for each of the countries.

        It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to Paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

        The supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

        Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), ‘Farmalogg’ (Norway) and ‘Lyfjaverðskrá’ (Iceland) no later than 1.12.2019. The requirement regarding ‘Lyfjaverðskrá’ (Iceland) only apply if Iceland is part of the framework agreement, see Section II.2.11).

      21. Award criteria:
      22. Information about options:
        Options: yesDescription of options:

        Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.

        For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the supplier is awarded a framework agreement the framework agreement will cover delivery of the pharmaceuticals in all 3 countries for the purchase period.

        If the supplier chooses not to give a tender for the delivery to Iceland the framework agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:
      25. Title:

        4

      26. Additional CPV code(s):
        33600000
      27. Place of performance:
      28. Description of the procurement:

        Procurement No 4,

        ATC Code: J01GB03,

        Generic name: Gentamicin,

        Pharmaceutical form: infusion fluid,

        Strength: 3 mg/ml,

        Package: 80 ml,

        Unit value: 0,24 g,

        Volume in units: (Iceland: 60)(Norway: 33000)(Denmark: 4750)

        The above pharmaceuticals are put up for tender independently of the pharmaceuticals under the other procurement numbers.

        Each procurement number is considered a separate lot. A supplier may thus choose to submit tender for one, several or all procurement numbers, and award will take place separately for each individual procurement number. Reference is made to the tender specifications, including the provisions on submission of tender under the individual procurement numbers.

        Under the title ‘quantity in units’, an estimated consumption of the pharmaceuticals is indicated for each of the countries.

        It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to Paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

        The supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

        Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), ‘Farmalogg’ (Norway) and ‘Lyfjaverðskrá’ (Iceland) no later than 1.12.2019. The requirement regarding ‘Lyfjaverðskrá’ (Iceland) only apply if Iceland is part of the framework agreement, see Section II.2.11).

      29. Award criteria:
      30. Information about options:
        Options: yesDescription of options:

        Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.

        For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the supplier is awarded a framework agreement the framework agreement will cover delivery of the pharmaceuticals in all 3 countries for the purchase period.

        If the supplier chooses not to give a tender for the delivery to Iceland the framework agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

      31. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      32. Additional information:
      33. Title:

        5

      34. Additional CPV code(s):
        33600000
      35. Place of performance:
      36. Description of the procurement:

        Procurement No 5,

        ATC Code: J01GB03,

        Generic name: Gentamicin,

        Pharmaceutical form: infusion fluid,

        Strength: 3 mg/ml,

        Package: 120 ml,

        Unit value: 0,24 g,

        Volume in units: (Iceland: 64)(Norway: 39000)(Denmark: 17205)

        The above pharmaceuticals are put up for tender independently of the pharmaceuticals under the other procurement numbers.

        Each procurement number is considered a separate lot. A supplier may thus choose to submit tender for one, several or all procurement numbers, and award will take place separately for each individual procurement number. Reference is made to the tender specifications, including the provisions on submission of tender under the individual procurement numbers.

        Under the title ’quantity in units’, an estimated consumption of the pharmaceuticals is indicated for each of the countries.

        It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to Paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

        The supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

        Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), ‘Farmalogg’ (Norway) and ‘Lyfjaverðskrá’ (Iceland) no later than 1.12.2019. The requirement regarding ‘Lyfjaverðskrá’ (Iceland) only apply if Iceland is part of the framework agreement, see Section II.2.11).

      37. Award criteria:
      38. Information about options:
        Options: yesDescription of options:

        Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.

        For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the supplier is awarded a framework agreement the framework agreement will cover delivery of the pharmaceuticals in all 3 countries for the purchase period.

        If the supplier chooses not to give a tender for the delivery to Iceland the framework agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

      39. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      40. Additional information:
      41. Title:

        6

      42. Additional CPV code(s):
        33600000
      43. Place of performance:
      44. Description of the procurement:

        Procurement No 6,

        ATC Code: N02BE01,

        Generic name: Paracetamol,

        Pharmaceutical form: infusion fluid,

        Strength: 10 mg/ml,

        Package: 10-50 ml,

        Unit value: 3 g,

        Volume in units: (Iceland: 1)(Norway: 21667)(Denmark: 1817)

        The above pharmaceuticals are put up for tender independently of the pharmaceuticals under the other procurement numbers.

        Each procurement number is considered a separate lot. A supplier may thus choose to submit tender for one, several or all procurement numbers, and award will take place separately for each individual procurement number. Reference is made to the tender specifications, including the provisions on submission of tender under the individual procurement numbers.

        Under the title ‘quantity in units’, an estimated consumption of the pharmaceuticals is indicated for each of the countries.

        It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to Paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

        The supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

        Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), ‘Farmalogg’ (Norway) and ‘Lyfjaverðskrá’ (Iceland) no later than 1.12.2019. The requirement regarding ‘Lyfjaverðskrá’ (Iceland) only apply if Iceland is part of the framework agreement, see Section II.2.11).

      45. Award criteria:
      46. Information about options:
        Options: yesDescription of options:

        Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.

        For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the Supplier is awarded a framework agreement the framework agreement will cover delivery of the pharmaceuticals in all 3 countries for the purchase period.

        If the supplier chooses not to give a tender for the delivery to Iceland the framework agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

      47. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      48. Additional information:
      49. Title:

        7

      50. Additional CPV code(s):
        33600000
      51. Place of performance:
      52. Description of the procurement:

        Procurement No 7,

        ATC Code: N02BE01,

        Generic name: Paracetamol,

        Pharmaceutical form: infusion fluid,

        Strength: 10 mg/ml,

        Package: 100 ml,

        Unit value: 3 g,

        Volume in units: (Iceland: 880)(Norway: 21667)(Denmark: 10688)

        The above pharmaceuticals are put up for tender independently of the pharmaceuticals under the other procurement numbers.

        Each procurement number is considered a separate lot. A supplier may thus choose to submit tender for one, several or all procurement numbers, and award will take place separately for each individual procurement number. Reference is made to the tender specifications, including the provisions on submission of tender under the individual procurement numbers.

        Under the title ‘quantity in units’, an estimated consumption of the pharmaceuticals is indicated for each of the countries.

        It should be noted that this estimate is based on historic consumption data and that the suppliers must expect that the actual purchase under a framework agreement may differ significantly from the estimate. Reference is made to Paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

        The supplier must have authorisation to produce, import or receive pharmaceuticals for wholesale distribution within the EU/EEA.

        Marketing authorisations applicable for Denmark, Norway and Iceland must be in place for the pharmaceuticals in sufficient time to ensure that the pharmaceuticals appear in Medicinpriser.dk (Denmark), ‘Farmalogg’ (Norway) and ‘Lyfjaverðskrá’ (Iceland) no later than 1.12.2019. The requirement regarding ‘Lyfjaverðskrá’ (Iceland) only apply if Iceland is part of the framework agreement, see Section II.2.11).

      53. Award criteria:
      54. Information about options:
        Options: yesDescription of options:

        Clause 1 of the framework agreement provides for an option for delivery in a pre-agreement period (i.e. before the purchase period begins) and an option for delivery in a post-agreement period (i.e. after the purchase period). The 2 options may be exercised on the terms and conditions stipulated in the framework agreement and in the tender specifications.

        For this procurement group delivery to Iceland is an option. The supplier can choose to submit a tender for this option. If the supplier is awarded a framework agreement the framework agreement will cover delivery of the pharmaceuticals in all 3 countries for the purchase period.

        If the supplier chooses not to give a tender for the delivery to Iceland the framework agreement will cover delivery of the pharmaceuticals in Denmark and Norway.

      55. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      56. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2019/S 073-172191
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Lot No: 1
      Title:

      1

    2. Award of contract
      1. Date of conclusion of the contract: 2019-08-08
      2. Information about tenders:
        Number of tenders received: 2
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Fresenius Kabi
        København
        Denmark
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 1 050 000.00 EUR
        Total value of the contract/lot: 1 086 615.00 EUR
      5. Information about subcontracting:

        Contract No: 2
        Lot No: 2
        Title:

        2

      6. Award of contract
        1. Date of conclusion of the contract: 2019-08-08
        2. Information about tenders:
          Number of tenders received: 3
          The contract has been awarded to a group of economic operators: no
        3. Name and address of the contractor:
          Fresenius Kabi
          København
          Denmark
          The contractor is an SME: no
        4. Information on value of the contract/lot (excluding VAT):
          Initial estimated total value of the contract/lot: 200 000.00 EUR
          Total value of the contract/lot: 200 206.00 EUR
        5. Information about subcontracting:

          Contract No: 3
          Lot No: 3
          Title:

          3

        6. Award of contract
          1. Date of conclusion of the contract: 2019-08-08
          2. Information about tenders:
            Number of tenders received: 1
            The contract has been awarded to a group of economic operators: no
          3. Name and address of the contractor:
            B. Braun Medical A/S
            Frederiksberg
            Denmark
            The contractor is an SME: no
          4. Information on value of the contract/lot (excluding VAT):
            Initial estimated total value of the contract/lot: 250 000.00 EUR
            Total value of the contract/lot: 213 951.00 EUR
          5. Information about subcontracting:

            Contract No: 4
            Lot No: 4
            Title:

            4

          6. Award of contract
            1. Date of conclusion of the contract: 2019-08-08
            2. Information about tenders:
              Number of tenders received: 1
              The contract has been awarded to a group of economic operators: no
            3. Name and address of the contractor:
              B. Braun Medical A/S
              Frederiksberg
              Denmark
              The contractor is an SME: no
            4. Information on value of the contract/lot (excluding VAT):
              Initial estimated total value of the contract/lot: 1 850 000.00 EUR
              Total value of the contract/lot: 760 260.00 EUR
            5. Information about subcontracting:

              Contract No: 5
              Lot No: 5
              Title:

              5

            6. Award of contract
              1. Date of conclusion of the contract: 2019-08-08
              2. Information about tenders:
                Number of tenders received: 1
                The contract has been awarded to a group of economic operators: no
              3. Name and address of the contractor:
                B. Braun Medical A/S
                Frederiksberg
                Denmark
                The contractor is an SME: no
              4. Information on value of the contract/lot (excluding VAT):
                Initial estimated total value of the contract/lot: 500 000.00 EUR
                Total value of the contract/lot: 1 106 800.00 EUR
              5. Information about subcontracting:

                Contract No: 6
                Lot No: 6
                Title:

                6

              6. Award of contract
                1. Date of conclusion of the contract: 2019-08-08
                2. Information about tenders:
                  Number of tenders received: 2
                  The contract has been awarded to a group of economic operators: no
                3. Name and address of the contractor:
                  Fresenius Kabi
                  København
                  Denmark
                  The contractor is an SME: no
                4. Information on value of the contract/lot (excluding VAT):
                  Initial estimated total value of the contract/lot: 4 850 000.00 EUR
                  Total value of the contract/lot: 1 885 953.00 EUR
                5. Information about subcontracting:

                  Contract No: 7
                  Lot No: 7
                  Title:

                  7

                6. Award of contract
                  1. Date of conclusion of the contract: 2019-08-08
                  2. Information about tenders:
                    Number of tenders received: 2
                    The contract has been awarded to a group of economic operators: no
                  3. Name and address of the contractor:
                    B. Braun Medical A/S
                    Frederiksberg
                    Denmark
                    The contractor is an SME: no
                  4. Information on value of the contract/lot (excluding VAT):
                    Initial estimated total value of the contract/lot: 2 400 000.00 EUR
                    Total value of the contract/lot: 1 469 612.00 EUR
                  5. Information about subcontracting:

              7. Section VI
                1. Additional information

                  This call for tenders is conducted as an open procedure in accordance with the Danish Procurement Act (udbudsloven). The procurement procedure is subject to Danish law and any complaints of the procurement procedure shall be lodged with the Danish Complaints Board for Public Procurement (Klagenævnet for udbud), see Section VI.4.3).

                  In relation to Section II.2.4) it should be noted that the contracting authorities has considered whether the procurement group can be further subdivided. The contracting authorities has assessed that this is not the case on the basis of considerations of economies of scale which will not be realisable in case of a further subdivision, as well as costs and patient safety considerations related to the subsequent management of contract and pharmaceuticals.

                  In relation to Sections II.1.5) and II.2.6) it should be noted that the estimated value indicated in Section II.1.5) is the total estimated value of all procurement numbers (lots) for the duration of the framework agreement, including the option of renewal, see Section II.2.7). Section II.2.6) sets out the estimated value for each procurement number, including the option of renewal, see Section II.2.7) The value is based on the AIP (‘Apotekernes Indkøbspris’ published by the Danish Medicines Agency) of the pharmaceuticals. It should furthermore be noted that the estimated value is based on historic consumption data and that the actual purchase under a framework agreement may differ significantly from the estimate, see Section II.2.4), paragraph 3.6 of the tender specifications and clause 2 of the framework agreement.

                  Questions concerning the tender documents must be submitted through the tendering system, see the provisions of the tender specifications in this regard.

                  The access to submit tender requires that the operator is registered as a user of Amgros" tendering system. The registration as a user may take a few days, and the tenderer must therefore make sure to register in good time. Reference is made to the information provided in the tendering system, including the user guide.

                  In relation to Section VI.2) it should be noted that electronic invoicing is required.

                2. Procedures for review
                  1. Review body
                    Klagenævnet for Udbud
                    Nævnenes Hus, Toldboden 2
                    Viborg
                    8800
                    Denmark
                    Telephone: +45 35291095
                    E-mail: [email protected]
                  2. Body responsible for mediation procedures

                  3. Service from which information about the review procedure may be obtained

                    Pursuant to the Danish Act on the Complaints Board for Public Procurement (Act No 593 of 2.6.2016 as amended) the following deadlines apply to the lodging of complaints:

                    Complaints of the tendering procedure must be lodged with the complaints board for public procurement within 6 months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the affected applicants and tenderers, see Section 7(2), para. (3) of the 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 authorities in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint 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 clause 6(4) of the Act.

                    Konkurrence- og Forbrugerstyrelsen
                    Carl Jacobsens vej 35
                    Valby
                    2500
                    Denmark
                    Telephone: +45 41715000
                3. Date of dispatch of this notice
                  2019-08-12