Tender Details
Title

Sweden – Medical equipments – Intraoral kamera Place of performance: Anywhere Main nature of the contract: Supplies,Services Official name: Folktandvården Stockholms län AB Type of procedure: Open Sweden – Medical equipments – Intraoral camera Place of performance: Anywhere Main nature of the contract: Supplies, Services Official name: Folktandvården Stockholms län AB Type of procedure: Open

Country
Language
Swedish
Organization
Published Date
17.10.2024
Deadline Date
18.11.2024
Overview
629230-2024 - Competition Competition Sweden: Medical equipments Intraoral kamera Anywhere Estimated value excluding VAT: 2 800 000,00 SEK Type of procedure: Open Buyer Buyer: Folktandvården Stockholms län AB Email: martin.o.jakobsson@regionstockholm.se Sweden, Stockholms län (SE110), STOCKHOLM LOT-0000: Intraoral kamera Medical equipments Anywhere Duration: 48 Months Estimated value excluding VAT: 2 800 000,00 SEK Deadline for receipt of tenders: 18/11/2024 - 22:59:59 (UTC) 629230-2024 - Competition Sweden – Medical equipments – Intraoral kamera OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies - Services 1. Buyer 1.1. Buyer Official name: Folktandvården Stockholms län AB Email: martin.o.jakobsson@regionstockholm.se Legal type of the buyer: Public undertaking, controlled by a regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Intraoral kamera Description: Upphandlingen avser att efter Avrop tillhandahålla Intraoral kamera som ska användas på Beställarens kliniker för att kunna ställa diagnoser, terapiplanera och dokumentera. Upphandlingen omfattar leverans, löpande support och utbildning för hantering Intraoral kamera i enlighet med vad som framgår av Avtalet. Närmare information om Upphandlingens omfattning i detalj framgår av Upphandlingsdokumenten. Procedure identifier: 33744e84-6e57-4803-b261-50cccfd8d681 Internal identifier: FTV 2409-0357 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Öppet förfarande enligt LOU. 2.1.1. Purpose Main nature of the contract: Supplies Additional nature of the contract: Services Main classification (cpv): 33100000 Medical equipments Additional classification (cpv): 33130000 Dental and subspecialty instruments and devices, 33131000 Dental hand instrument, 33131100 Dental surgical instrument 2.1.2. Place of performance Anywhere Additional information: Avropade produkter ska levereras till Beställaren dvs som finns i Stockholms län, Sverige. Se närmare om detta i Upphandlingsdokumenten 2.1.3. Value Estimated value excluding VAT: 2 800 000,00 SEK 2.1.4. General information Additional information: Språk: Anbudet ska vara skrivet på svenska. Beställaren accepterar dock följande undantag: Att (i) enstaka ord, fraser samt vedertagna begrepp, (ii) teknisk information och CV, (iii) intyg eller certifikat, (iv) handlingar utfärdade av annan än Anbudsgivaren, eller (v) liknande uppgifter eller handlingar, är avfattade på engelska. Om ett visst efterfrågat intyg, certifikat eller annat officiellt dokument endast finns avfattat på annat språk än svenska eller engelska, ska Anbudsgivaren på Beställarens anmodan, inom tio (10) Arbetsdagar, inkomma med en kopia av originaldokumentet översatt till svenska av oberoende översättare med intygande om att det översatta dokumentet överensstämmer med originalet. Beställaren förbehåller sig även rätten att begära att sådana enstaka ord, fraser eller dokument som avses i stycket ovan översätts till svenska av auktoriserad översättare. Sådan översättning ska Anbudsgivaren tillhandahålla inom samma tid som ovan. Översättning sker på Anbudsgivarens bekostnad. Utvärdering: Beställaren kommer att anta det ekonomiskt mest fördelaktiga anbudet utifrån tilldelningsgrunden bästa förhållande mellan pris och kvalitet. Mervärden i utvärdering: Installation och ergonomi Styrning och monitorering för optimerad bildkvalitet Funktion Grepp och balansering Se mer om utvärderingen i anbudsinbjudan. Takvolym: detta avtal gäller upp till en maximal volym om 200 st. Avtalstid: Ordinarie Avtalstid är två (2) år från och med dagen för avtalets ingående. Därefter har Beställaren en ensidig rätt, men ingen skyldighet, att vid ett eller flera tillfällen förlänga Avtalet, med upp till 24 månader, med i övrigt oförändrade villkor. Förlängning av Avtalet ska skriftligen meddelas Leverantören senast tre (3) månader innan Avtalstidens utgång. Avtalet kan därmed som längst löpa i fyra (4) år. Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: Leverantören befinner sig i en motsvarande situation till följd av ett förfarande enligt nationella lagar och andra författningar som liknar dem som avses i 13 kap. 3 § 1 st. 2 p. a-c LOU. Bankruptcy: Leverantören är i konkurs. Corruption: Bestickning enligt definitionen i artikel 3 i rådets akt av den 26 maj 1997 om utarbetande på grundval av artikel K 3.2 c i fördraget om Europeiska unionen av konventionen om kamp mot korruption som tjänstemän i Europeiska gemenskaperna eller Europeiska unionens medlemsstater är delaktiga i, korruption enligt artikel 2.1 i rådets rambeslut 2003/568 /RIF av den 22 juli 2003 om kampen mot korruption inom den privata sektorn, eller korruption enligt nationella bestämmelser. Arrangement with creditors: Leverantören har ingått ackordsuppgörelse med borgenärer. Participation in a criminal organisation: Sådan brottslighet som avses i artikel 2 i rådets rambeslut 2008/841/RIF av den 24 oktober 2008 om kampen mot organiserad brottslighet. Agreements with other economic operators aimed at distorting competition: Myndigheten har tillräckligt sannolika indikationer på att leverantören har ingått överenskommelser med andra leverantörer som syftar till att snedvrida konkurrensen. Breaching of obligations in the fields of environmental law: Myndigheten kan visa att leverantören har åsidosatt tillämpliga miljöskyldigheter. Money laundering or terrorist financing: Penningtvätt eller finansiering av terrorism enligt definitionen i artikel 1 i Europaparlamentets och rådets direktiv (EU) 2015/849 av den 20 maj 2015 om åtgärder för att förhindra att det finansiella systemet används för penningtvätt eller finansiering av terrorism, om ändring av Europaparlamentets och rådets förordning (EU) nr 648 /2012 och om upphävande av Europaparlamentets och rådets direktiv 2005/60/EG och kommissionens direktiv 2006/70/EG, i den ursprungliga lydelsen. Fraud: Bedrägeri i den mening som avses i artikel 1 i konventionen som utarbetats på grundval av artikel K.3 i fördraget om Europeiska unionen, om skydd av Europeiska gemenskapernas finansiella intressen. Child labour and other forms of trafficking in human beings: Människohandel enligt definitionen i artikel 2 i Europaparlamentets och rådets direktiv 2011/36/EU av den 5 april 2011 om förebyggande och bekämpande av människohandel, om skydd av dess offer och om ersättande av rådets rambeslut 2002/629/RIF, i den ursprungliga lydelsen. Insolvency: Leverantören är föremål för insolvensförfaranden. Breaching of obligations in the fields of labour law: Myndigheten kan visa att leverantören har åsidosatt tillämpliga arbetsrättsliga skyldigheter. Assets being administered by liquidator: Leverantören är föremål för likvidationsförfarande. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Leverantören i allvarlig omfattning a) har lämnat oriktiga uppgifter om den information som kan begäras för kontroll av att det inte finns grund för att utesluta leverantören från att delta i upphandlingen enligt detta kapitel eller av att leverantören uppfyller tillämpliga kvalificeringskrav enligt 14 kap. 1-5 §§ LOU, b) har undanhållit sådan information, eller c) inte har lämnat de kompletterande dokument som myndigheten har begärt in enligt 15 kap. 3-5 §§ LOU. Conflict of interest due to its participation in the procurement procedure: Myndigheten inte kan undvika en snedvridning av konkurrensen eller inte kan garantera en likabehandling av leverantörerna på grund av jäv och detta inte kan avhjälpas genom andra mindre ingripande åtgärder än uteslutning av leverantören. Direct or indirect involvement in the preparation of this procurement procedure: Myndigheten genom andra mindre ingripande åtgärder än uteslutning av leverantören inte kan avhjälpa en snedvridning av konkurrensen på grund av ett sådant tidigare deltagande från leverantörens sida som avses i 4 kap. 8 § LOU. Guilty of grave professional misconduct: Myndigheten kan visa att leverantören gjort sig skyldig till något allvarligt fel i yrkesutövningen som gör att leverantörens redbarhet kan ifrågasättas. Early termination, damages or other comparable sanctions: Leverantören har visat allvarliga eller ihållande brister i fullgörandet av något väsentligt krav i ett tidigare kontrakt enligt LOU, svenska lagen (2016:1146) om upphandling inom försörjningssektorerna, svenska lagen (2016:1147) om upphandling av koncessioner eller svenska lagen (2011:1029) om upphandling på försvars- och säkerhetsområdet, och detta har medfört att det tidigare kontraktet har sagts upp i förtid eller lett till skadestånd eller jämförbara påföljder Breaching of obligations in the fields of social law: Myndigheten kan visa att leverantören har åsidosatt tillämpliga sociala skyldigheter. Payment of social security contributions: Leverantören har inte fullgjort sina skyldigheter avseende betalning av socialförsäkringsavgifter i det egna landet eller i det land där upphandlingen sker, och detta har fastställts genom ett bindande domstolsavgörande eller myndighetsbeslut som har fått laga kraft. Business activities are suspended: Har avbrutit sin näringsverksamhet eller befinner sig i en motsvarande situation till följd av ett förfarande enligt nationella lagar och andra författningar. Payment of taxes: Leverantören har inte fullgjort sina skyldigheter avseende betalning av skatter i det egna landet eller i det land där upphandlingen sker, och detta har fastställts genom ett bindande domstolsavgörande eller myndighetsbeslut som har fått laga kraft. Terrorist offences or offences linked to terrorist activities: Terroristbrott eller brott med anknytning till terroristverksamhet såsom de definieras i artiklarna 3 och 5-12 i Europaparlamentets och rådets direktiv (EU) 2017/541 av den 15 mars 2017 om bekämpande av terrorism, om ersättande av rådets rambeslut 2002/475/RIF och om ändring av rådets beslut 2005/671/RIF, i den ursprungliga lydelsen, eller anstiftan, medhjälp och försök att begå brott i den mening som avses i artikel 14 i det direktivet. 5. Lot 5.1. Lot: LOT-0000 Title: Intraoral kamera Description: Upphandlingen avser att efter Avrop tillhandahålla Intraoral kamera som ska användas på Beställarens kliniker för att kunna ställa diagnoser, terapiplanera och dokumentera. Upphandlingen omfattar leverans, löpande support och utbildning för hantering Intraoral kamera i enlighet med vad som framgår av Avtalet. Närmare information om Upphandlingens omfattning i detalj framgår av Upphandlingsdokumenten. Internal identifier: FTV 2409-0357 5.1.1. Purpose Main nature of the contract: Supplies Additional nature of the contract: Services Main classification (cpv): 33100000 Medical equipments Additional classification (cpv): 33130000 Dental and subspecialty instruments and devices, 33131000 Dental hand instrument, 33131100 Dental surgical instrument 5.1.2. Place of performance Anywhere Additional information: Avropade produkter ska levereras till Beställaren dvs som finns i Stockholms län, Sverige. Se närmare om detta i Upphandlingsdokumenten 5.1.3. Estimated duration Duration: 48 Months 5.1.5. Value Estimated value excluding VAT: 2 800 000,00 SEK 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no Additional information: Språk: Anbudet ska vara skrivet på svenska. Beställaren accepterar dock följande undantag: Att (i) enstaka ord, fraser samt vedertagna begrepp, (ii) teknisk information och CV, (iii) intyg eller certifikat, (iv) handlingar utfärdade av annan än Anbudsgivaren, eller (v) liknande uppgifter eller handlingar, är avfattade på engelska. Om ett visst efterfrågat intyg, certifikat eller annat officiellt dokument endast finns avfattat på annat språk än svenska eller engelska, ska Anbudsgivaren på Beställarens anmodan, inom tio (10) Arbetsdagar, inkomma med en kopia av originaldokumentet översatt till svenska av oberoende översättare med intygande om att det översatta dokumentet överensstämmer med originalet. Beställaren förbehåller sig även rätten att begära att sådana enstaka ord, fraser eller dokument som avses i stycket ovan översätts till svenska av auktoriserad översättare. Sådan översättning ska Anbudsgivaren tillhandahålla inom samma tid som ovan. Översättning sker på Anbudsgivarens bekostnad. Utvärdering: Beställaren kommer att anta det ekonomiskt mest fördelaktiga anbudet utifrån tilldelningsgrunden bästa förhållande mellan pris och kvalitet. Mervärden i utvärdering: Installation och ergonomi Styrning och monitorering för optimerad bildkvalitet Funktion Grepp och balansering Se mer om utvärderingen i anbudsinbjudan. Takvolym: detta avtal gäller upp till en maximal volym om 200 st. Avtalstid: Ordinarie Avtalstid är två (2) år från och med dagen för avtalets ingående. Därefter har Beställaren en ensidig rätt, men ingen skyldighet, att vid ett eller flera tillfällen förlänga Avtalet, med upp till 24 månader, med i övrigt oförändrade villkor. Förlängning av Avtalet ska skriftligen meddelas Leverantören senast tre (3) månader innan Avtalstidens utgång. Avtalet kan därmed som längst löpa i fyra (4) år. 5.1.7. Strategic procurement Aim of strategic procurement: Reduction of environmental impacts 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Ekonomisk stabilitet Description: Anbudsgivaren ska ha en lägsta kreditvärdighet/rating enligt minst ett av följande alternativ: A (Dun and Bradstreet Credit AB f d Bisnode), 50 (Creditsafe), 3 (UC), BBB (S&P), Baa3 (Moody’s), BBB (Fitch) eller motsvarande om inte annat anges nedan. Prövningen av om detta krav är uppfyllt kommer att ske utifrån uppgifter som Beställaren kommer att inhämta från det kreditupplysningsföretag som Beställaren har avtal med, vilket för närvarande är Dun and Bradstreet Credit AB (f d Bisnode). Anbudsgivare som inte är listad hos Dun and Bradstreet Credit AB (f d Bisnode) ska på Beställarens anmodan inkomma med sådant utdrag ur kreditratinginstitut som denna är listad hos. Detsamma gäller för Anbudsgivare som åberopar annat företags kapacitet och företaget, vars kapacitet åberopas, inte är listat hos Dun and Bradstreet Credit AB (f d Bisnode). Om Anbudsgivare, eller företag vars kapacitet åberopas för uppfyllandet av kravet, innehar lägre kreditrating eller saknar kreditrating ska kravet ändå anses vara uppfyllt om Anbudsgivaren kan lämna en sådan förklaring, t.ex. genom hänvisning till skriftligt intyg från oberoende revisor, bankintyg eller liknande, att det ändå kan anses klarlagt av Beställaren att Anbudsgivaren, eller företag vars kapacitet åberopas för uppfyllandet av kravet, innehar motsvarande ekonomiska stabilitet. Sådan förklaring ska inges senast fem (5) Arbetsdagar efter anmodan från Beställaren. Eventuella intyg eller liknande som hänvisas till får inte vara äldre än sex (6) månader räknat från sista dagen för inlämnande av anbud. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registrering Description: Anbudsgivaren och eventuella företag vars kapacitet åberopas ska uppfylla ställda krav avseende registrering i aktiebolags-, handels- eller föreningsregister eller motsvarande register som förs i det land eller den stat där Anbudsgivarens verksamhet är etablerad. Beställaren kommer som en del av prövningen att kontrollera att Anbudsgivaren och eventuella företag vars kapacitet åberopas uppfyller kravet avseende registrering och Anbudsgivaren behöver således inte bifoga handlingar avseende detta. I det fall det inte är möjligt för Beställaren att på egen hand inhämta sådan information, ska Anbudsgivaren vara beredd att tillhandahålla erforderlig dokumentation, som visar att kravet ovan uppfylls inom fem (5) Arbetsdagar efter Beställarens anmodan. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Referensuppdrag Description: Anbudsgivaren ska inkomma med ett (1) referensuppdrag som Anbudsgivaren utfört för extern kund (med extern kund avses företag/organisation som Anbudsgivaren inte utövar någon juridisk kontroll över eller som Anbudsgivaren själv kontrolleras av). Referensuppdrag kan avse en eller flera leveranser till en och samma kund.Referensuppdraget ska uppfylla följande krav: Ska vara slutfört/pågående under de senaste tre (3) åren räknat från sista anbudsdagen. * Ska ha omfattat leverans av minst 1 Intraoral kamera*. Ska ha omfattat support av levererad Intraoral kamera. Anbudsgivaren ska ha utfört referensuppdraget utan allvarliga eller ihållande brister i fullgörandet av något väsentligt krav som har medfört att avtalsrelationen har sagts upp i förtid, lett till skadestånd eller annan jämförbar påföljd. Use of this criterion: Used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Swedish Deadline for requesting additional information: 07/11/2024 23:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=33804 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=33804&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Swedish Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 22:59:59 (UTC) Deadline until which the tender must remain valid: 314 Days Information about public opening: Opening date: 18/11/2024 23:00:00 (UTC) Place: Huvudkontoret, Magnus Ladulåsgatan 65, Stockholm Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: Not yet known Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 1 Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Förvaltningsrätten Organisation receiving requests to participate: Folktandvården Stockholms län AB Organisation processing tenders: Folktandvården Stockholms län AB 8. Organisations 8.1. ORG-0001 Official name: Folktandvården Stockholms län AB Registration number: 5565743597 Department: Inköp och försörjningsavdelningen Postal address: Magnus Ladulåsgatan 65 Town: STOCKHOLM Postcode: 11827 Country subdivision (NUTS): Stockholms län (SE110) Country: Sweden Contact point: Martin Jakobsson Email: martin.o.jakobsson@regionstockholm.se Telephone: 08-12316600 Internet address: http://www.ftv.sll.se Roles of this organisation: Buyer Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Förvaltningsrätten Registration number: 202100-2742 Town: Stockholm Postcode: 115 76 Country subdivision (NUTS): Stockholms län (SE110) Country: Sweden Email: forvaltningsrattenistockholm@dom.se Telephone: 08-561 680 00 Internet address: https://www.domstol.se/forvaltningsratten-i-stockholm/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: eeeb1373-6729-4ebc-be98-128012a12887 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 15/10/2024 13:26:05 (UTC) Notice dispatch date (eSender): 15/10/2024 13:26:11 (UTC) Languages in which this notice is officially available: Swedish 11.2. Publication information Notice publication number: 629230-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/629230-2024/pdf Danish document download: https://ted.europa.eu/da/notice/629230-2024/pdf German document download: https://ted.europa.eu/de/notice/629230-2024/pdf Greek document download: https://ted.europa.eu/el/notice/629230-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/629230-2024/pdf English document download: https://ted.europa.eu/en/notice/629230-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/629230-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/629230-2024/pdf French document download: https://ted.europa.eu/fr/notice/629230-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/629230-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/629230-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/629230-2024/pdf Italian document download: https://ted.europa.eu/it/notice/629230-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/629230-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/629230-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/629230-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/629230-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/629230-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/629230-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/629230-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/629230-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/629230-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/629230-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/629230-2024/pdf 629230-2024 - Competition Competition Sweden: Medical equipments Intraoral camera Anywhere Estimated value excluding VAT: SEK 2,800,000.00 Type of procedure: Open Buyer Buyer: Folktandvården Stockholms län AB Email: martin.o.jakobsson@regionstockholm.se Sweden, Stockholms län (SE110), STOCKHOLM LOT-0000: Intraoral camera Medical equipments Anywhere Duration: 48 Months Estimated value excluding VAT: SEK 2,800,000.00 Deadline for receipt of tenders: 18/11/2024 - 22:59:59 (UTC) 629230-2024 - Competition Sweden – Medical equipments – Intraoral camera OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies - Services 1. Buyer 1.1. Buyer Official name: Folktandvården Stockholms län AB Email: martin.o.jakobsson@regionstockholm.se Legal type of the buyer: Public undertaking, controlled by a regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Intraoral camera Description: The procurement intends to provide, after Call for Proposals, an Intraoral camera to be used at the Customer's clinic to be able to make diagnoses, plan therapy and document. The procurement includes delivery, ongoing support and training for handling Intraoral camera in accordance with what appears in the Agreement. Further information on the scope of the Procurement in detail can be found in the Procurement documents. Procedure identifier: 33744e84-6e57-4803-b261-50cccfd8d681 Internal identifier: FTV 2409-0357 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Open procedure according to LOU. 2.1.1. Purpose Main nature of the contract: Supplies Additional nature of the contract: Services Main classification (cpv): 33100000 Medical equipments Additional classification (cpv): 33130000 Dental and subspecialty instruments and devices, 33131000 Dental hand instruments, 33131100 Dental surgical instruments 2.1.2 . Place of performance Anywhere Additional information: European products must be delivered to the Orderer, i.e. located in Stockholm County, Sweden. See more about this in Procurement documents 2.1.3. Value Estimated value excluding VAT: SEK 2,800,000.00 2.1.4. General information Additional information: Language: The tender must be written in Swedish. However, the customer accepts the following exceptions: That (i) individual words, phrases and accepted concepts, (ii) technical information and CV, (iii) certificates or certificates, (iv) documents issued by someone other than the Bidder, or (v) similar information or documents, are written in English. If a certain requested certificate, certificate or other official document is only written in a language other than Swedish or English, the Bidder must, at the request of the Purchaser, within ten (10) Working Days, submit a copy of the original document translated into Swedish by an independent translator with a certificate of that the translated document corresponds to the original. The customer also reserves the right to request that such single words,phrases or documents referred to in the paragraph above are translated into Swedish by an authorized translator. The Tenderer must provide such translation within the same time as above. Translation is at the Tenderer's expense. Evaluation: The customer will accept the most economically advantageous tender based on the basis of awarding the best ratio between price and quality. Added value in evaluation: Installation and ergonomics Control and monitoring for optimized image quality Function Grip and balancing See more about the evaluation in the invitation to tender. Ceiling volume: this agreement applies up to a maximum volume of 200 pcs. Agreement period: Ordinary Agreement period is two (2) years from and including the date of conclusion of the agreement. Thereafter, the Customer has a unilateral right, but no obligation, to extend the Agreement on one or more occasions, by up to 24 months, with otherwise unchanged conditions. Extension of the Agreement must be notified in writing to the Supplier no later than three (3) months before the end of the Agreement. The agreement can thus run for a maximum of four (4) years. Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: The supplier is in a similar situation as a result of a procedure according to national laws and other constitutions similar to those referred to in ch. 13. 3 § 1 st. 2 p. ac LOU. Bankruptcy: The supplier is bankrupt. Corruption: Bribery as defined in Article 3 of the Council Act of 26 May 1997 on the drafting on the basis of Article K 3.2 ci of the Treaty on European Union of the Convention on the fight against corruption involving officials of the European Communities or Member States of the European Union, corruption under article 2.1 of the Council's framework decision 2003/568 /JHA of 22 July 2003 on the fight against corruption in the private sector, or corruption according to national regulations. Arrangement with creditors: The supplier has entered into an arrangement with creditors. Participation in a criminal organisation: Such crime as referred to in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organized crime. Agreements with other economic operators aimed at distorting competition: The authority has sufficiently probable indications that the supplier has entered into agreements with other suppliers aimed at distorting competition. Breaching of obligations in the fields of environmental law: The authority can show that the supplier has disregarded applicable environmental obligations. Money laundering or terrorist financing: Money laundering or terrorist financing as defined in Article 1 of Directive (EU) 2015/849 of the European Parliament and of the Council of 20 May 2015 on measures to prevent the financial system from being used for money laundering or terrorist financing,amending Regulation (EU) No. 648/2012 of the European Parliament and of the Council and repealing Directive 2005/60/EC of the European Parliament and of the Council and Commission Directive 2006/70/EC, in the original wording. Fraud: Fraud within the meaning of Article 1 of the Convention drawn up on the basis of Article K.3 of the Treaty on European Union, on the protection of the European Communities' financial interests. Child labor and other forms of trafficking in human beings: Trafficking in human beings as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings, on the protection of its victims and on the replacement of the Council Framework Decision 2002/629/RIF, in the original wording. Insolvency: The supplier is subject to insolvency proceedings. Breaching of obligations in the fields of labor law: The authority can show that the supplier has disregarded applicable labor law obligations. Assets being administered by liquidator: The supplier is subject to liquidation proceedings. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: The supplier to a serious extent a) has provided incorrect information about the information that can be requested for verification that there is no basis to exclude the supplier from participate in the procurement according to this chapter or that the supplier fulfills the applicable qualification requirements according to chapter 14. §§ 1-5 LOU, b) has withheld such information, or c) has not submitted the supplementary documents that the authority has requested according to ch. 15. §§ 3-5 LOU. Conflict of interest due to its participation in the procurement procedure: The authority cannot avoid a distortion of competition or cannot guarantee equal treatment of the suppliers due to competition and this cannot be remedied by other less intrusive measures than exclusion of the supplier. Direct or indirect involvement in the preparation of this procurement procedure: The authority, through other less intrusive measures than exclusion of the supplier, cannot remedy a distortion of competition due to such previous participation on the part of the supplier as referred to in ch. 4. Section 8 LOU. Guilty of grave professional misconduct: The authority can show that the supplier has been guilty of some serious error in the professional practice which means that the supplier's integrity can be called into question. Early termination, damages or other comparable sanctions: The supplier has shown serious or persistent deficiencies in the fulfillment of any essential requirement in a previous contract according to LOU, the Swedish law (2016:1146) on procurement in the supply sectors, the Swedish law (2016:1147) on procurement of concessions or the Swedish Act (2011:1029) on procurement in the field of defense and security,and this has resulted in the previous contract being prematurely terminated or led to damages or comparable penalties Breaching of obligations in the fields of social law: The authority can show that the supplier has breached applicable social obligations. Payment of social security contributions: The supplier has not fulfilled its obligations regarding the payment of social security contributions in its own country or in the country where the procurement takes place, and this has been determined by a binding court decision or authority decision that has gained legal force. Business activities are suspended: Have suspended their business activities or are in a similar situation as a result of a procedure according to national laws and other constitutions. Payment of taxes: The supplier has not fulfilled its obligations regarding the payment of taxes in its own country or in the country where the procurement takes place, and this has been determined by a binding court decision or authority decision that has gained legal force. Terrorist offenses or offenses linked to terrorist activities: Terrorist offenses or offenses linked to terrorist activities as defined in Articles 3 and 5-12 of Directive (EU) 2017/541 of the European Parliament and of the Council of 15 March 2017 on combating terrorism, on the replacement of Council Framework Decision 2002/475/JHA and amending Council Decision 2005/671/JHA, in the original wording, or inciting, aiding and abetting the commission of an offense within the meaning of Article 14 of that Directive. 5. Lot 5.1. Lot: LOT-0000 Title: Intraoral camera Description: The procurement intends to provide, after Call for Proposals, an Intraoral camera to be used at the Customer's clinic to be able to make diagnoses, plan therapy and document. The procurement includes delivery, ongoing support and training for handling Intraoral camera in accordance with what appears in the Agreement. Further information on the scope of the Procurement in detail can be found in the Procurement documents. Internal identifier: FTV 2409-0357 5.1.1. Purpose Main nature of the contract: Supplies Additional nature of the contract: Services Main classification (cpv): 33100000 Medical equipments Additional classification (cpv): 33130000 Dental and subspecialty instruments and devices, 33131000 Dental hand instruments, 33131100 Dental surgical instruments 5.1.2 . Place of performance Anywhere Additional information: European products must be delivered to the Orderer, i.e. located in Stockholm County, Sweden. See more about this in Procurement documents 5.1.3. Estimated duration Duration: 48 Months 5.1.5. Value Estimated value excluding VAT: SEK 2,800,000.00 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no Additional information: Language: The tender must be written in Swedish. However, the customer accepts the following exceptions:That (i) individual words, phrases and accepted concepts, (ii) technical information and CV, (iii) certificate or certificate, (iv) documents issued by someone other than the Bidder, or (v) similar information or documents, are written in English . If a certain requested certificate, certificate or other official document is only written in a language other than Swedish or English, the Bidder must, at the request of the Purchaser, within ten (10) Working Days, submit a copy of the original document translated into Swedish by an independent translator with a certificate of that the translated document corresponds to the original. The customer also reserves the right to request that such individual words, phrases or documents referred to in the paragraph above be translated into Swedish by an authorized translator. The Tenderer must provide such translation within the same time as above. Translation is at the Tenderer's expense. Evaluation: The customer will accept the most economically advantageous tender based on the basis of awarding the best ratio between price and quality. Added value in evaluation: Installation and ergonomics Control and monitoring for optimized image quality Function Grip and balancing See more about the evaluation in the invitation to tender. Ceiling volume: this agreement applies up to a maximum volume of 200 pcs. Agreement period: Ordinary Agreement period is two (2) years from and including the date of conclusion of the agreement. Thereafter, the Customer has a unilateral right, but no obligation, to extend the Agreement on one or more occasions, by up to 24 months, with otherwise unchanged conditions. Extension of the Agreement must be notified in writing to the Supplier no later than three (3) months before the end of the Agreement. The agreement can therefore run for a maximum of four (4) years. 5.1.7. Strategic procurement Aim of strategic procurement: Reduction of environmental impacts 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Economic stability Description: The tenderer must have a minimum creditworthiness/rating according to at least one of the following options: A (Dun and Bradstreet Credit AB fd Bisnode), 50 (Creditsafe), 3 (UC ), BBB (S&P), Baa3 (Moody's), BBB (Fitch) or equivalent unless otherwise stated below. The examination of whether this requirement is met will take place on the basis of information that the Orderer will obtain from the credit reporting company with which the Orderer has an agreement, which is currently Dun and Bradstreet Credit AB (formerly Bisnode). Bidders who are not listed with Dun and Bradstreet Credit AB (formerly Bisnode) must, at the request of the Purchaser, submit such an extract from the credit rating institute with which it is listed. The same applies to Bidders who invoke the capacity of another company and the company, whose capacity is invoked, is not listed with Dun and Bradstreet Credit AB (formerly Bisnode). If the Bidder, or company whose capacity is invoked for the fulfillment of the requirement,has a lower credit rating or no credit rating, the requirement must still be considered fulfilled if the Bidder can provide such an explanation, e.g. by reference to a written certificate from an independent auditor, bank certificate or the like, that it can still be considered clear by the Ordering Party that the Tenderer, or company whose capacity is relied upon for the fulfillment of the requirement, possesses the corresponding financial stability. Such declaration must be submitted no later than five (5) working days after the request from the Customer. Any certificates or similar that are referred to must not be older than six (6) months counted from the last day for submission of tenders. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registration Description: The tenderer and any companies whose capacity is relied upon must meet the requirements regarding registration in the limited company, trade or association register or equivalent register kept in the country or the state where the Bidder's operations are established. As part of the examination, the ordering party will check that the Bidder and any companies whose capacity is invoked meet the requirement regarding registration and the Bidder thus does not need to attach documents regarding this. In the event that it is not possible for the Purchaser to obtain such information on its own, the Bidder must be prepared to provide the necessary documentation, showing that the above requirement is met within five (5) Working Days of the Purchaser's request. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Reference assignment Description: The Bidder must submit one (1) reference assignment that the Bidder has performed for an external customer (external customer refers to a company/organization over which the Bidder does not exercise any legal control or which the Tenderer himself is controlled by). Reference assignment can refer to one or more deliveries to one and the same customer. The reference assignment must meet the following requirements: Must be completed/ongoing during the last three (3) years counted from the closing date of the tender. * Must have included delivery of at least 1 Intraoral camera*. Must have included support of delivered Intraoral camera. The tenderer must have performed the reference assignment without serious or persistent deficiencies in the fulfillment of any essential requirement which has resulted in the contractual relationship being terminated prematurely, led to damages or other comparable penalty. Use of this criterion: Used 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: Swedish Deadline for requesting additional information: 07/11/2024 23:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx? MeFormsNoticeId=33804 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=33804&GoTo=Tender Languages ​​in which tenders or requests to participate may be submitted:Swedish Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 22:59:59 (UTC) Deadline until which the tender must remain valid: 314 Days Information about public opening: Opening date: 18/11 /2024 23:00:00 (UTC) Place: Huvudkontoret, Magnus Ladulåsgatan 65, Stockholm Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: Not yet known Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Maximum number of participants: 1 Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organization: Förvaltningsrätten Organization receiving requests to participate: Folktandvården Stockholms län AB Organization processing tenders: Folktandvården Stockholms län AB 8. Organizations 8.1. ORG-0001 Official name: Folktandvården Stockholms län AB Registration number: 5565743597 Department: Purchase and supply department Postal address: Magnus Ladulåsgatan 65 Town: STOCKHOLM Postcode: 11827 Country subdivision (NUTS): Stockholms län (SE110) Country: Sweden Contact point: Martin Jakobsson Email: martin.o.jakobsson@regionstockholm.se Telephone: 08-12316600 Internet address: http://www.ftv.sll.se Roles of this organization: Buyer Organization receiving requests to participate Organization processing tenders 8.1. ORG-0002 Official name: Förvaltningsrätten Registration number: 202100-2742 Town: Stockholm Postcode: 115 76 Country subdivision (NUTS): Stockholms län (SE110) Country: Sweden Email: forvaltningsrattenistockholm@dom.se Telephone: 08-561 680 00 Internet address : https://www.domstol.se/forvaltningsratten-i-stockholm/ Roles of this organization: Review organization 11. Notice information 11.1. Notice information Notice identifier/version: eeeb1373-6729-4ebc-be98-128012a12887 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 15/10/2024 13:26:05 (UTC) Notice dispatch date (eSender): 15/10/2024 13:26:11 (UTC) Languages ​​in which this notice is officially available: Swedish 11.2. Publication information Notice publication number: 629230-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/629230-2024/pdf Danish document download: https://ted.europa.eu/da/notice/629230-2024/pdf German document download: https://ted.europa.eu/de/notice/629230-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/629230-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/629230-2024/pdf English document download: https://ted. europa.eu/en/notice/629230-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/629230-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/629230-2024/pdf French document download: https://ted.europa.eu/fr/notice/629230-2024/pdf Irish document download: https://ted.europa.eu/ga/ notice/629230-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/629230-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/629230- 2024/pdf Italian document download: https://ted.europa.eu/it/notice/629230-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/629230-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/629230-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/629230-2024/pdf Dutch document download: https ://ted.europa.eu/nl/notice/629230-2024/pdf Polish document download: https://ted.europa.eu/pl/notice/629230-2024/pdf Portuguese document download: https://ted .europa.eu/pt/notice/629230-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/629230-2024/pdf Slovak document download: https://ted.europa.eu /sk/notice/629230-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/629230-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice /629230-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/629230-2024/pdf
NAICS
Scenic and Sightseeing Transportation Power Doll Doll Scenic and Sightseeing Transportation InformationT Foundation Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation
CPVS
Steering wheels System, storage and content management software package Sludge-drier installation Control, safety, signalling and light equipment Cases Control, safety or signalling equipment for inland waterways Training, workout or aerobic services Maize Records Control, safety or signalling equipment for parking facilities Command, control, communication systems Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Lifting, handling, loading or unloading machinery Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Control, safety or signalling equipment for roads Wire grips Control, safety or signalling equipment for airports
UNSPSC
Grating Shelter Dental Financial Instruments, Products, Contracts and Agreements Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe Western Europe
Sectors
Printing and Publishing Services Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert