25/504 Procurement of an electronic medicine system (ELS).

Stange Health and Care Centre consists of five departments for long term stays and short-term stays with a total of 104 patient rooms. 22, 24, 24, 16 and 18 patients live respectively in the different departments. There are also 10 sheltered accommodation flats connected to the entity, for which employees …

CPV: 33100000 Medizinische Geräte, 33000000 Medizinische Ausrüstungen, Arzneimittel und Körperpflegeprodukte, 33190000 Verschiedene medizinische Geräte und Produkte, 33192000 Möbel für ärztliche Zwecke, 33192300 Möbel für ärztliche Zwecke, außer Betten und Tischen, 33192350 Kulturenschrank, 48100000 Branchenspezifisches Softwarepaket, 48180000 Medizinsoftwarepaket
Frist:
14. Oktober 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
25/504 Procurement of an electronic medicine system (ELS).
Vergabestelle:
Stange kommune
Vergabenummer:
2025/504

1. Buyer

1.1 Buyer

Official name : Stange kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 25/504 Procurement of an electronic medicine system (ELS).
Description : Stange Health and Care Centre consists of five departments for long term stays and short-term stays with a total of 104 patient rooms. 22, 24, 24, 16 and 18 patients live respectively in the different departments. There are also 10 sheltered accommodation flats connected to the entity, for which employees at the company are responsible for handling medicines. The majority of patients at the organisation have medicines through multi-dose, only with dosing changes, possibly medication and short-term cures, manual dosing is required. The company currently has 5 fully fledged medicine rooms, which shall now be re-combined into one common medicine room. Stange Health and Care Centre therefore needs to procure an electronic medicine system (ELS), with an accompanying annual maintenance agreement. In addition, each department needs safe and traceable storage of any medicine (five devices), which are available in the department. Option: If a tenderer can offer medicine trolleys, the Contracting Authority shall have an option to procure this. The contracting authority shall also have an option to procure ELS with a maintenance contract for other entities in the municipality, e.g. for Ottestad health and mastering centre, which has 30 short-term places and 10 long-term places. There are no plans or resources to expand the system to other organisations at the present time. If this is relevant, other entities will need one to two cupboards. Any options shall be taken up within 4 years from the date the contract is signed.
Procedure identifier : 3b699a5a-5517-46b3-9433-8b2b8cea49b0
Internal identifier : 2025/504
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Stange Health and Care Centre consists of five departments for long term stays and short-term stays with a total of 104 patient rooms. 22, 24, 24, 16 and 18 patients live respectively in the different departments. There are also 10 sheltered accommodation flats connected to the entity, for which employees at the company are responsible for handling medicines. The majority of patients at the organisation have medicines through multi-dose, only with dosing changes, possibly medication and short-term cures, manual dosing is required. The company currently has 5 fully fledged medicine rooms, which shall now be re-combined into one common medicine room. Stange Health and Care Centre therefore needs to procure an electronic medicine system (ELS), with an accompanying annual maintenance agreement. In addition, each department needs safe and traceable storage of any medicine (five devices), which are available in the department. Option: If a tenderer can offer medicine trolleys, the Contracting Authority shall have an option to procure this. The contracting authority shall also have an option to procure ELS with a maintenance contract for other entities in the municipality, e.g. for Ottestad health and mastering centre, which has 30 short-term places and 10 long-term places. There are no plans or resources to expand the system to other organisations at the present time. If this is relevant, other entities will need one to two cupboards. Any options shall be taken up within 4 years from the date the contract is signed.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33190000 Miscellaneous medical devices and products
Additional classification ( cpv ): 33192000 Medical furniture
Additional classification ( cpv ): 33192300 Medical furniture except beds and tables
Additional classification ( cpv ): 33192350 Medical cultivation cabinet
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48180000 Medical software package

2.1.2 Place of performance

Town : Stange
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - 1

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
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 : 25/504 Procurement of an electronic medicine system (ELS).
Description : Stange Health and Care Centre consists of five departments for long term stays and short-term stays with a total of 104 patient rooms. 22, 24, 24, 16 and 18 patients live respectively in the different departments. There are also 10 sheltered accommodation flats connected to the entity, for which employees at the company are responsible for handling medicines. The majority of patients at the organisation have medicines through multi-dose, only with dosing changes, possibly medication and short-term cures, manual dosing is required. The company currently has 5 fully fledged medicine rooms, which shall now be re-combined into one common medicine room. Stange Health and Care Centre therefore needs to procure an electronic medicine system (ELS), with an accompanying annual maintenance agreement. In addition, each department needs safe and traceable storage of any medicine (five devices), which are available in the department. Option: If a tenderer can offer medicine trolleys, the Contracting Authority shall have an option to procure this. The contracting authority shall also have an option to procure ELS with a maintenance contract for other entities in the municipality, e.g. for Ottestad health and mastering centre, which has 30 short-term places and 10 long-term places. There are no plans or resources to expand the system to other organisations at the present time. If this is relevant, other entities will need one to two cupboards. Any options shall be taken up within 4 years from the date the contract is signed.
Internal identifier : 2025/504

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33190000 Miscellaneous medical devices and products
Additional classification ( cpv ): 33192000 Medical furniture
Additional classification ( cpv ): 33192300 Medical furniture except beds and tables
Additional classification ( cpv ): 33192350 Medical cultivation cabinet
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48180000 Medical software package
Options :
Description of the options : Procurement contract for an electronic medicine system (medicine cupboard) with a continuing service contract, which is renewed annually.

5.1.2 Place of performance

Town : Stange
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 120 Month

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Requirement: The tenderer shall have sufficient economic and financial capacity to handle the contractual obligations. Documentation requirement: • Credit evaluation/rating, not older than 3 months, based on the last known accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service. If the tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, it can be documented by presenting a declaration from a financial institution about surety. Documentation is to be submitted together with a request for participation in the competition.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Experience requirements The tenderer shall have good experience from equivalent deliveries carried out during the last three years. Equivalent deliveries means the delivery of an electronic medicine system, including a continual maintenance contract of an equivalent nature and extent. Documentation requirement: A description of a minimum of three relevant deliveries carried out during the last three years (calculated from the date of the tender deadline). Annex 5 Reference Form can be used. The following information must be provided: • Name of the recipient (contracting authority) and gender neutral preferred, with contact information. • Date of the delivery. • The contract ́s value/extent • Description of the delivery
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Requirement for a quality management system. The tenderer shall have good systems for quality assurance. The requirement applies to the company that is responsible for the delivery. Documentation requirement: One of the following: • Description of the company's routines regarding quality management, with emphasis on quality assurance, resource management, management responsibility and continuous analysis and improvement (including handling deviations). • If the tenderer holds a valid ISO 9001 certificate, such a certificate will be accepted as documentation of fulfilment of the qualification requirement. Fulfilment of the requirement is declared and documented on request.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Environmental management system requirements The contracting authority requires tenderers who have procedures and systems that ensure that the execution of the delivery has a low environmental impact. Documentation requirement: One of the following: • Description of the company's procedures and systems for ensuring low environmental impact when carrying out the delivery. • If the tenderer is environmentally certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent third-party verified systems, such a certificate will be accepted as documentation of fulfilment of the qualification requirement. Fulfilment of the requirement is declared and documented on request.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The evaluation price consists of a price for a complete ELS system in accordance with the contracting authority ́s needs, including all costs for the start-up and implementation, as well as the price for the annual service and maintenance contract in accordance with the tenderer ́s requirements, over a period of ten years.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : User friendliness and functionality - the offered system
Description : User friendliness and functionality - the offered system The user friendly and functional if and to what degree the offered system is, among other things, as regards: - User interface and design of cupboards (60 %) Handling orders and accesses (10 %) - System for possible medicine (30 %) See SSA-K Annex 1 for a further description of sub-criteria, including the documentation requirements. Descriptions must be concrete and binding for paying.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : - Guaranteed lifetime of the offered cabinet solution over 10 years and guaranteed access to spare parts beyond 10 years (10 %) - Olympic olympics (40 %) Other relevant measures for this procurement that reduce climate and environmental footprint (50 %) See SSA-K Annex 1 for a further description of sub-criteria, including the documentation requirements. Descriptions must be concrete and binding for paying.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : User support, training, project implementation
Description : User support, training, project implementation The contract will i.a. be evaluated at the following points: - Content of the plan for project implementation (30 %) - Content of a service and maintenance agreement regarding maintenance and repairs (40 %) - Training in connection with implementation (20 %) - Training material - for use after the system has been implemented (10 %) See SSA-K Annex 1 for a further description of sub-criteria, including the documentation requirements. Descriptions must be concrete and binding for paying.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 03/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260198297.aspx

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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/10/2025 10:00 +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 : Hedmarken og Østerdal tingrett
Information about review deadlines : Stated in the Award Notification
Organisation providing additional information about the procurement procedure : Stange kommune
Organisation providing offline access to the procurement documents : Stange kommune
Organisation receiving requests to participate : Stange kommune
Organisation processing tenders : Stange kommune

8. Organisations

8.1 ORG-0001

Official name : Stange kommune
Registration number : 970169717
Postal address : Storgata 45
Town : STANGE
Postcode : 2336
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Marielle Ellingsen
Telephone : +47 90063037
Internet address : https://odinprosjekt.no/
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 : 974724936
Department : Hamar
Town : Hamar
Postcode : 2326
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 33edecd3-2a77-4890-8f6e-624566a3c20c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/09/2025 12:52 +00:00
Notice dispatch date (eSender) : 10/09/2025 16:37 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00596539-2025
OJ S issue number : 175/2025
Publication date : 12/09/2025