Dental equipment for Dental health Buskerud

On behalf of ANSKA KO, procurement will be made of, among other things, 11 complete dental units, 2 autoclaves, 2 disinfectors, 9 x-rays and 1 OPG etc. for the Dental Health Service in BFK at Drammen Dental Clinic, Lier Dental Clinic and Ringerike Dental Clinic in 2025. A service, operation …

CPV: 33111500 Зъбна рентгенова фотография, 33192400 Стоматологични кабинети, 33192410 Зъболекарски столове
Краен срок:
Авг. 12, 2025, 9:59 след обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Dental equipment for Dental health Buskerud
Издаващ орган:
Anskaffelser i Akershus, Buskerud og Østfold KO
Номер на наградата:
2025/10922

1. Buyer

1.1 Buyer

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
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 : Dental equipment for Dental health Buskerud
Description : On behalf of ANSKA KO, procurement will be made of, among other things, 11 complete dental units, 2 autoclaves, 2 disinfectors, 9 x-rays and 1 OPG etc. for the Dental Health Service in BFK at Drammen Dental Clinic, Lier Dental Clinic and Ringerike Dental Clinic in 2025. A service, operation and maintenance agreement shall be offered, which shall be valid for ten years. This is to be seen as a single procurement with an accompanying ongoing service contract.
Procedure identifier : e9ffc7dc-3da8-4784-8948-d463b3f08cb6
Internal identifier : 2025/10922
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open in accordance with Part III.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33192400 Dental workstations
Additional classification ( cpv ): 33111500 Dental X-ray
Additional classification ( cpv ): 33192410 Dental chairs

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Buskerud County: Drammen Dental Clinic Lier Dental Clinic Ringerike Dental Clinic

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Annex 1 - Special contract terms
Description : Anska invites tenderers to a competition for the delivery of new Dental equipment for dental health in Buskerud county to the following clinics: Drammen Dental Clinic: - 2 Autoclaves - 2 Disinfectants/decontaminators - 1 OPG Lier Dental Clinic: - 5 complete dental units - 5 intraoral x-rays. Ringerike Dental Clinic: - 4 complete dental units - 1 X-ray. - 1 Disinfectant/decontaminator Valid for Ringerike Dental Clinic: They have 4 units from Kavo that shall be replaced. X-ray from Kavo focus and Dexis focus are mounted on these units. Three of these x-rays shall be continued and moved to 3 of the new dental units that shall be purchased for this procurement. The declaration of conformity for dental equipment and the applicable service agreements shall also be continued with the current dental depot on x-ray for Ringerike Dental Clinic. The dental equipment shall be delivered completed, assembled and commissioned at drammen dental clinic, Lier Dental Clinic and Ringerike Dental Clinic locations. Ongoing service, operation and maintenance contracts shall follow the offered dental equipment as well as courses and training etc. shall be included and priced in Annex 3: The tenderer's tender. Emphasis is put on the fact that all dental equipment shall be delivered to the location in 2025. The procurement ́s upper cost frame is NOK 4.5 million excluding VAT. Tenders over the upper cost limit can be rejected. A contract shall be signed with one tenderer for the dental equipment and with the accompanying ongoing service, operation and maintenance agreements for each dental clinic. See annex to Annex 2: The Contracting Authority's Requirement Specifications for further information on the procurement.
Internal identifier : 1754189

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33192400 Dental workstations
Additional classification ( cpv ): 33111500 Dental X-ray
Additional classification ( cpv ): 33192410 Dental chairs

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Buskerud County: Drammen Dental Clinic Lier Dental Clinic Ringerike Dental Clinic

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/12/2025

5.1.4 Renewal

Maximum renewals : 10
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.11 Procurement documents

Deadline for requesting additional information : 06/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=64834

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 12/08/2025 21:59 +00:00
Deadline until which the tender must remain valid : 30 Day
Information about public opening :
Opening date : 13/08/2025 05:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : .
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : .
Organisation providing additional information about the procurement procedure : Anskaffelser i Akershus, Buskerud og Østfold KO
Organisation providing offline access to the procurement documents : Anskaffelser i Akershus, Buskerud og Østfold KO
Organisation receiving requests to participate : Anskaffelser i Akershus, Buskerud og Østfold KO
Organisation processing tenders : Anskaffelser i Akershus, Buskerud og Østfold KO

5.1 Lot technical ID : LOT-0002

Title : Annex 3: The tenderer's tender
Description : Valid for Ringerike Dental Clinic: They have 4 units from Kavo that shall be replaced. X-ray from Kavo focus and Dexis focus are mounted on these units. Three of these x-rays shall be continued and moved to 3 of the new dental units that shall be purchased for this procurement. The declaration of conformity for dental equipment and the applicable service agreements shall also be continued with the current dental depot on x-ray for Ringerike Dental Clinic. The dental equipment shall be delivered completed, assembled and commissioned at drammen dental clinic, Lier Dental Clinic and Ringerike Dental Clinic locations. Ongoing service, operation and maintenance contracts shall follow the offered dental equipment as well as courses and training etc. shall be included and priced in Annex 3: The tenderer's tender. Emphasis is put on the fact that all dental equipment shall be delivered to the location in 2025. The procurement ́s upper cost frame is NOK 4.5 million excluding VAT. Tenders over the upper cost limit can be rejected. A contract shall be signed with one tenderer for the dental equipment and with the accompanying ongoing service, operation and maintenance agreements for each dental clinic. See annex to Annex 2: The Contracting Authority's Requirement Specifications for further information on the procurement.
Internal identifier : 1754190

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33192400 Dental workstations
Additional classification ( cpv ): 33111500 Dental X-ray
Additional classification ( cpv ): 33192410 Dental chairs

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Buskerud County: Drammen Dental Clinic Lier Dental Clinic Ringerike Dental Clinic

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/12/2025

5.1.4 Renewal

Maximum renewals : 10
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.11 Procurement documents

Deadline for requesting additional information : 06/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=64834

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 12/08/2025 21:59 +00:00
Deadline until which the tender must remain valid : 30 Day
Information about public opening :
Opening date : 13/08/2025 05:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : .
Organisation receiving requests to participate : Anskaffelser i Akershus, Buskerud og Østfold KO
Organisation processing tenders : Anskaffelser i Akershus, Buskerud og Østfold KO

5.1 Lot technical ID : LOT-0003

Title : Competition terms part III
Description : Valid for Ringerike Dental Clinic: They have 4 units from Kavo that shall be replaced. X-ray from Kavo focus and Dexis focus are mounted on these units. Three of these x-rays shall be continued and moved to 3 of the new dental units that shall be purchased for this procurement. The declaration of conformity for dental equipment and the applicable service agreements shall also be continued with the current dental depot on x-ray for Ringerike Dental Clinic. The dental equipment shall be delivered completed, assembled and commissioned at drammen dental clinic, Lier Dental Clinic and Ringerike Dental Clinic locations. Ongoing service, operation and maintenance contracts shall follow the offered dental equipment as well as courses and training etc. shall be included and priced in Annex 3: The tenderer's tender. Emphasis is put on the fact that all dental equipment shall be delivered to the location in 2025. The procurement ́s upper cost frame is NOK 4.5 million excluding VAT. Tenders over the upper cost limit can be rejected. A contract shall be signed with one tenderer for the dental equipment and with the accompanying ongoing service, operation and maintenance agreements for each dental clinic. See annex to Annex 2: The Contracting Authority's Requirement Specifications for further information on the procurement.
Internal identifier : 1754191

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33192400 Dental workstations
Additional classification ( cpv ): 33111500 Dental X-ray
Additional classification ( cpv ): 33192410 Dental chairs

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Buskerud County: Drammen Dental Clinic Lier Dental Clinic Ringerike Dental Clinic

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/12/2025

5.1.4 Renewal

Maximum renewals : 10
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.11 Procurement documents

Deadline for requesting additional information : 06/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=64834

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 12/08/2025 21:59 +00:00
Deadline until which the tender must remain valid : 30 Day
Information about public opening :
Opening date : 13/08/2025 05:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Information about review deadlines : .
Organisation receiving requests to participate : Anskaffelser i Akershus, Buskerud og Østfold KO
Organisation processing tenders : Anskaffelser i Akershus, Buskerud og Østfold KO

8. Organisations

8.1 ORG-0001

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Registration number : 932593688
Department : Anskaffelser
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Christian Hazeland
Telephone : +47
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 4eb00feb-01fc-476b-82ec-960a55c8238c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 08:06 +00:00
Notice dispatch date (eSender) : 04/07/2025 08:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00440129-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025