Skeleton laboratory. with a review for Sykehuset Innlandet HF, Elverum

The aim of the procurement is to procure a new skeleton laboratory with through lighting for the Hospital Innlandet HF department for imaging diagnostics Elverum. The offered equipment shall be an x-ray laboratory that primarily has high quality and functionality. of the skeleton and thorax, have the possibility of Scoliose …

CPV: 33000000 Медицинско оборудване, фармацевтични продукти и продукти за лични грижи, 33100000 Медицинско оборудване, 33110000 Оборудване за онагледяване – медицинско, зъболекарско или за ветеринарни цели, 33111000 Апарати с Х (рентгенови) лъчи, 33111600 Уреди за рентгенова фотография, 33111800 Система за рентгенова диагностика, 33124200 Апарати за радиодиагностика
Краен срок:
Септ. 2, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Skeleton laboratory. with a review for Sykehuset Innlandet HF, Elverum
Издаващ орган:
Sykehuset Innlandet HF
Номер на наградата:
25/02253

1. Buyer

1.1 Buyer

Official name : Sykehuset Innlandet HF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Skeleton laboratory. with a review for Sykehuset Innlandet HF, Elverum
Description : The aim of the procurement is to procure a new skeleton laboratory with through lighting for the Hospital Innlandet HF department for imaging diagnostics Elverum. The offered equipment shall be an x-ray laboratory that primarily has high quality and functionality. of the skeleton and thorax, have the possibility of Scoliose and HKA (axis measurement of hip, knee, ankle). There shall also be a x-ray function that can be used to support setting where joints must be pictured with high precision by angle adjustment, as well as hypopharynx, oesophagus, visualisation of catheters to facilitate and verify positioning and function (placement of pH probe, bronchoscopy guidance, clarifying whether CVK is open). The x-ray equipment shall consist of minimum roof pipes, ceiling mounted bucky, detector with option for x-ray, examination tables, monitors. The examination table must be raising/lowering. The equipment must have a good functioning follow-up system between pipes and detectors, as well as options for auto positioning the equipment. In addition to the equipment and installation, the delivery also includes the necessary training and maintenance. See the tender documentation and annexes for further information.
Procedure identifier : b94c0cf8-f02f-4b96-a474-492bfa197516
Internal identifier : 25/02253
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 and the public procurement regulations dated 12 August 2016 no. 974 part I and part III. The contract will be awarded in accordance with the open tender contest procedure, c.f. FOA § 13-1 (1)

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33124200 Radiodiagnostic devices
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33110000 Imaging equipment for medical, dental and veterinary use
Additional classification ( cpv ): 33111000 X-ray devices
Additional classification ( cpv ): 33111600 Radiography devices
Additional classification ( cpv ): 33111800 Diagnostic X-ray system

2.1.2 Place of performance

Postal address : Kirkevegen 31
Town : Elverum
Postcode : 2413
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : Hospital Innlandet Health Trust, dep. Elverum - Norway

2.1.4 General information

Additional information : See the tender documentation and annexes for further information.
Legal basis :
Directive 2014/24/EU

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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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-0000

Title : Skeleton laboratory. with a review for Sykehuset Innlandet HF, Elverum
Description : The aim of the procurement is to procure a new skeleton laboratory with through lighting for the Hospital Innlandet HF department for imaging diagnostics Elverum. The offered equipment shall be an x-ray laboratory that primarily has high quality and functionality. of the skeleton and thorax, have the possibility of Scoliose and HKA (axis measurement of hip, knee, ankle). There shall also be a x-ray function that can be used to support setting where joints must be pictured with high precision by angle adjustment, as well as hypopharynx, oesophagus, visualisation of catheters to facilitate and verify positioning and function (placement of pH probe, bronchoscopy guidance, clarifying whether CVK is open). The x-ray equipment shall consist of minimum roof pipes, ceiling mounted bucky, detector with option for x-ray, examination tables, monitors. The examination table must be raising/lowering. The equipment must have a good functioning follow-up system between pipes and detectors, as well as options for auto positioning the equipment. In addition to the equipment and installation, the delivery also includes the necessary training and maintenance. See the tender documentation and annexes for further information.
Internal identifier : 25/02253

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33124200 Radiodiagnostic devices
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33110000 Imaging equipment for medical, dental and veterinary use
Additional classification ( cpv ): 33111000 X-ray devices
Additional classification ( cpv ): 33111600 Radiography devices
Additional classification ( cpv ): 33111800 Diagnostic X-ray system

5.1.2 Place of performance

Postal address : Kirkevegen 31
Town : Elverum
Postcode : 2413
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : Hospital Innlandet Health Trust, dep. Elverum - Norway

5.1.3 Estimated duration

Other duration : Unknown

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : See the tender documentation and annexes for further information.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost will be assessed from the LCC and it covers, among other things, the procurement cost, courses/training costs and service/repair costs. See the tender documentation for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Suitability and functional qualities
Description : The evaluation will be based on the tenderer ́s response to the ought-requirements in annex 4 requirement specifications as well as the professionals ́ assessment of the products, based on information on the products provided in the tender, experiences from any completed reference visits and or information from the provided references. See the tender documentation for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service Organisation, Service and Training
Description : The evaluation will be based on the tenderer ́s response to the ought-requirements in annex 4 requirement specifications for relevant areas. See the tender documentation for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Deadline for requesting additional information : 22/08/2025 10:00 +00:00
Ad hoc communication channel :
Name : I denne konkurransen benyttes Oppdragsgivers elektroniske konkurransegjennomføringsverktøy (KGV). All kommunikasjon, herunder innsending av spørsmål til konkurransegrunnlaget, skal foregå gjennom Eu-Supply. Svar på spørsmål vil utelukkende bli publisert i EU-Supply.

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 02/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2026 Year
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : See the tender documentation and annexes for further information.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : 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 : Hedmarken og Østerdal tingrett
Information about review deadlines : The choice of tenderer(s) will be communicated electronically to all participants in the competition at the latest 10 days before the contract is signed, calculated from the day after the notification has been sent.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Hedmarken og Østerdal tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Hedmarken og Østerdal tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Hedmarken og Østerdal tingrett
Organisation providing additional information about the procurement procedure : Sykehuset Innlandet HF
Organisation providing offline access to the procurement documents : Sykehuset Innlandet HF
Organisation receiving requests to participate : Sykehuset Innlandet HF
Organisation processing tenders : Sykehuset Innlandet HF

8. Organisations

8.1 ORG-0001

Official name : Sykehuset Innlandet HF
Registration number : 983971709
Postal address : Postboks 104
Town : Brumunddal
Postcode : 2381
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Thomas Blystad Aaseth
Telephone : +47 06200
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 : Hedmarken og Østerdal tingrett
Registration number : 935 364 892.
Department : Rettsted Hamar
Postal address : Østregate 41
Town : Hamar
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : eea77657-c61f-43e9-a784-c2b7c7fbffda - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 11:03 +00:00
Notice dispatch date (eSender) : 04/07/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00438784-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025