(25168) Spectral cell sorter

The competition concerns the acquisition of a new cell sorter at the core facility for advanced microscopy. The instrument will be installed in an existing laboratory and incorporated into the core facility's equipment park. The value of the acquisition is estimated at: NOK 8,500,000 excl. VAT, which is also the …

CPV: 38000000 Laboratorní, optické a přesné přístroje a zařízení (mimo skel), 38500000 Kontrolní a zkušební přístroje
Termín:
27. srpna 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
(25168) Spectral cell sorter
Misto zadání:
UiT Norges arktiske universitet
Číslo zakázky:
ANSK-0067-25

1. Buyer

1.1 Buyer

Official name : UiT Norges arktiske universitet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : (25168) Spectral cell sorter
Description : The competition concerns the acquisition of a new cell sorter at the core facility for advanced microscopy. The instrument will be installed in an existing laboratory and incorporated into the core facility's equipment park. The value of the acquisition is estimated at: NOK 8,500,000 excl. VAT, which is also the client's budget. For further information, please refer to the procurement documents. The client reserves the right to cancel the competition, including in connection with budgetary coverage.
Procedure identifier : 2976ec05-b4c2-470d-9634-57719957ccbe
Internal identifier : ANSK-0067-25
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The competition is conducted in accordance with the Norwegian Public Procurement Act of 17th June 2016 No. 73 (LOA) with the corresponding regulations of 12th August 2016 No. 974 (FOA), and the provisions contained therein the tender documents. The competition is conducted as an open tender after Part I and III of the regulations. Negotiations are prohibited. Potential vendors are expected to possess the necessary knowledge of the general public rules and regulations applicable to the public sector purchases in Norway and the EU. Any omission or mistake in any way whatsoever with reference to this does not give the vendor any right to an additional claim. Vendors prepare and deliver their requests for participation at their own expense and risk. The Contract authority thus assumes no financial responsibility for the invested effort or other costs in connection with the preparation of an application for participation or the participation in the competition as such.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38500000 Checking and testing apparatus

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.4 General 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 : 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-0000

Title : (25168) Spectral cell sorter
Description : The competition concerns the acquisition of a new cell sorter at the core facility for advanced microscopy. The instrument will be installed in an existing laboratory and incorporated into the core facility's equipment park. The value of the acquisition is estimated at: NOK 8,500,000 excl. VAT, which is also the client's budget. For further information, please refer to the procurement documents. The client reserves the right to cancel the competition, including in connection with budgetary coverage.
Internal identifier : ANSK-0067-25

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38500000 Checking and testing apparatus

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The supplier must have proper relations with regard to tax and value added tax. Documentation requirements: Certificate of payment for VAT, tax and social security contributions. Certificate issued by the competent authority of the Member State confirming that the supplier has fulfilled his obligations regarding the payment of VAT, taxes and social security contributions in the country in which the supplier/contractor belongs (Norwegian certificate of tax and VAT is common and ordered from the altar. no, RF-1507, formerly RF-1244) in accordance with the legal provisions in the country. The certificates must not be older than 6 months. This also applies to any subcontractors you need to fulfil the contract. This requirement applies only to Norwegian suppliers, cf. FOA section 7-2. In accordance with FOA Section 17-1 , the principal is not entitled to request the certificate if he has already received it. If you have submitted a tax certificate to the contracting authority and this is still valid at the time of submission of this competition, you are not required to deliver the certificate now. In this case, state when you have previously provided the certificate and to whom. You can still attach the certificate voluntarily if you wish.
Criterion : Other economic or financial requirements
Description : Requirements related to the supplier's financial and financial position: Economic capacity is required to complete this contract. Documentation requirements: The contracting authority will carry out an assessment of the economy through the company and accounting information system Proff Forvalt ( www.forvalt.no). Offer submissions other information he considers relevant. The contracting authority reserves the right to obtain additional information about the provider's finances.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Prices and costs
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Service
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Product quality
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : -
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 14/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=62632

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 27/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 77 Day
Information about public opening :
Opening date : 27/08/2025 10:01 +00:00
Place : Tromsø
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 : Nord-Troms og Senja tingrett -
Information about review deadlines : -
Organisation providing more information on the review procedures : UiT Norges arktiske universitet -

8. Organisations

8.1 ORG-0001

Official name : UiT Norges arktiske universitet
Registration number : 970422528
Department : Innkjøp
Postal address : Postboks 6050 Langnes
Town : Tromsø
Postcode : 9037
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Tor Kristian Kristiansen
Telephone : +47 77 64 40 00
Internet address : http://uit.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 77 60 34 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 95ff8cd7-d980-437c-ac3a-aa90bedd8631 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/06/2025 13:17 +00:00
Notice dispatch date (eSender) : 15/06/2025 13:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00390105-2025
OJ S issue number : 114/2025
Publication date : 17/06/2025