1105601 UiO Life Sciences user equipment. K931 Chromatography and spectroscopy

Statsbygg constructs the new Life Sciences Building (LVB) for the University of Oslo and Oslo University Hospital on behalf of the Ministry of Education and Research and South-East Health as the co-contracting authority. The building shall be the workplace for approx. 1,600 employees and 1,600 students. Start up for the …

CPV: 38000000 Laboratory, optical and precision equipments (excl. glasses), 38432200 Chromatographs, 38432210 Gas chromatographs, 38433100 Mass spectrometer, 38522000 Chromatographic scanners
Deadline:
Aug. 14, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
1105601 UiO Life Sciences user equipment. K931 Chromatography and spectroscopy
Awarding body:
STATSBYGG
Award number:
2025/846

1. Buyer

1.1 Buyer

Official name : STATSBYGG
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 1105601 UiO Life Sciences user equipment. K931 Chromatography and spectroscopy
Description : Statsbygg constructs the new Life Sciences Building (LVB) for the University of Oslo and Oslo University Hospital on behalf of the Ministry of Education and Research and South-East Health as the co-contracting authority. The building shall be the workplace for approx. 1,600 employees and 1,600 students. Start up for the excavation and ground work was the second quarter of 2019 and the planned completion is at the end of 2026. Various professional environments shall work multi-disciplinary here to develop new solutions for major challenges within health and sustainability with access to the best and most modern equipment required to carry out world class research, teaching and innovation.
Procedure identifier : 1d2cf4f5-eb67-445d-8c5e-7b193f4fb00f
Internal identifier : 2025/846
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority draws attention to the fact that due to staff holidays questions will not be answered in the period 09.07-05.08. Various chromatography instrumentation shall be procured for laboratory activities. The competition consists of seven sub-contracts and the sub-contracts are divided in accordance with different areas. Tender language: Norwegian, Swedish, Danish or English.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38432200 Chromatographs
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38432210 Gas chromatographs
Additional classification ( cpv ): 38433100 Mass spectrometer
Additional classification ( cpv ): 38522000 Chromatographic scanners

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Cf. the Public Procurement Regulations

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?
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 : 1105601 UiO Life Sciences user equipment. K931 Chromatography and spectroscopy
Description : Statsbygg constructs the new Life Sciences Building (LVB) for the University of Oslo and Oslo University Hospital on behalf of the Ministry of Education and Research and South-East Health as the co-contracting authority. The building shall be the workplace for approx. 1,600 employees and 1,600 students. Start up for the excavation and ground work was the second quarter of 2019 and the planned completion is at the end of 2026. Various professional environments shall work multi-disciplinary here to develop new solutions for major challenges within health and sustainability with access to the best and most modern equipment required to carry out world class research, teaching and innovation.
Internal identifier : 2025/846

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38432200 Chromatographs
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38432210 Gas chromatographs
Additional classification ( cpv ): 38433100 Mass spectrometer
Additional classification ( cpv ): 38522000 Chromatographic scanners

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 6 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are required to have a legally established company. Documentation: Registration. Foreign companies are required to have an equivalent certificate as prescribed by the laws of the country where the business is registered.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient financial implementation ability. The size of the turnover, seen in relation to the contract value, can be emphasised. Documentation: The Directorate of Public Construction and Property will carry out a credit rating of tenderers. Tenderers may be asked to submit auditor confirmed annual accounts for the last three years. If the tenderer has a justifiable due to not submitting the documentation required by the Directorate of Public Construction and Property, he can document his economic and financial capacity by presenting any other document that the Directorate of Public Construction and Property deems suitable.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have sufficient competence and capacity to fulfil the assignment. The contracting authority will assess this based on the documentation provided by the tenderer. Documentation: Tenderers shall document up to 3 completed deliveries where some elements have some transferable value to this delivery. The deliveries shall have been carried out during the last 3 years. Tenderers shall provide information on the contract content, scope, value, date of delivery, execution and name of the recipient. Technical and professional qualifications shall be documented by giving a short description of the tenderer's personnel and technical units that the tenderer has at its disposal for the execution of the contract.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total cost
Description : Completed price form (annex 3.0). The following will be included in the total cost evaluation: • The offered price for equipment • The offered price for equipment options (the options are given). • Offered price for servicing • The offered price for an option for extended warranty period.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality and functionality
Description : Fulfilment and response to the requirement specifications (annex 4.0), possibly a reference statement, reference visit and testing.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259715524.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 14/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 14/08/2025 10:00 +00:00
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 : Oslo Tingrett -
Information about review deadlines : C.f. the Public Procurement Regulations

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Ann-Kristin Sundby
Telephone : 22954330
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 69c2d6df-adc6-4b75-bb2c-622019313182 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 07:53 +00:00
Notice dispatch date (eSender) : 17/06/2025 07:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00393615-2025
OJ S issue number : 115/2025
Publication date : 18/06/2025