CT for Akershus University Hospital

Akershus University Hospital shall procure a CT for Kongsvinger. Akershus University Hospital shall procure a CT for Kongsvinger.

CPV: 33115100 CT scanners
Deadline:
Aug. 20, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
CT for Akershus University Hospital
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2025/37203

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : CT for Akershus University Hospital
Description : Akershus University Hospital shall procure a CT for Kongsvinger.
Procedure identifier : ed6c125b-60be-4e62-8c74-0d8bcaa9dccf
Internal identifier : 2025/37203
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Akershus University Hospital, Kongsvinger shall expand its radiological activities. A new CT shall thus be procured. Kongsvinger Hospital (KOS) is a fully 24-hour old school worker. In 2024, 13,000 surveys were carried out on the current machine. New CT is in addition to the current CT. All surveys shall be able to be run on both machines. Modality shall be used for general examinations of all organ systems including emergency examinations, trauma, stroke assessment, heart, angiography, oncology, orthopaedics and low dose examinations such as CT urinary tract and CT thorax, for all age groups. The focus is on good user friendliness, good picture quality and low beam dose, particularly in acute situations. The tenderer will particularly evaluate how the offered equipment handles the examinations CT caput, CT collum/thorax/abdomen/bedpan and high resolution orthopaedic examinations. In addition, it is advantageous if reference visits can also be presented for examinations using the techniques for heart, angio, perfusion and orthopaedics with MAR. Some of the radiographers mostly use other types of modalities during the day, but all security guard personnel must be able to carry out CT examinations on duty. Experienced user friendliness in the final user interface will be of great importance. In addition to the main product, an option is wanted for one equivalent CT intended for the emergency reception at Akershus University Hospital, Nordbyhagen and option for two equivalent CT's for the hospitals in Helse Sør-Øst. In addition an option is wanted for the following: Service contract after the guarantee period has ended for all the offered equipment. Service courses on offered equipment, both at the location and at the supplier. Expansion of the warranty period from 12 to 24 months for the modality. Bayer Medrad Centargo contrast injector. Physicist courses on offered equipment. CTDI head phantom 16cm. CTDI Body phantom 32cm. Catphan or equivalent image quality phantom. User forums, 2 participants in 10 years. Solution for clinical remote access. Multi-energy system for the system. System for future upgrades. See the Requirement Specifications and the Price Form for further details.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33115100 CT scanners

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - 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 : CT for Akershus University Hospital
Description : Akershus University Hospital shall procure a CT for Kongsvinger.
Internal identifier : 2025/37203

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33115100 CT scanners

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the business is established.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers must document that the Regulations on radiation protection and use of radiation § 9. Certification of activities that lead to radiation, points are maintained. Documentation requirement: The tenderer ́s certification issued by the Norwegian Radiation Protection Agency and Atomic Safety (DSA) for the sale of radiation equipment.
Criterion : Financial ratio
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to A or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement: The contracting authority will evaluate the tenderer ́s fulfilment of the qualification requirements in the following manner: - Credit rating, not older than six months, and which is based on the last known fiscal figures. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, the tenderer can prove its economic and financial capacity by any other document, including a commitment statement, parent company guarantee, bank guarantee, etc. The contracting authority reserves the right to obtain a credit report in www.soliditet.no (provided by Bisnode Credit AS/Dun & Bradstreet) in order to verify that the Tenderer has sufficient economic and financial capacity to fulfil the contractual obligations.
Criterion : References on specified deliveries
Description : Tenderers shall have sufficient technical and professional qualifications to fulfil the contractual obligations. Documentation requirement: The contracting authority will evaluate the tenderer's fulfilment of the qualification requirements in the following manner: • State deliveries of the same type of product offered in the competition for the last three years. Documented in the Reply Form References.
Criterion : Certificates by quality control institutes
Description : The tenderer/manufacturer shall have an certified quality assurance system. Documentation requirement: Documentation: Certificate from an independent body that confirms that the tenderer's/manufacturer's quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : The tenderer/manufacturer shall be third party certified for environmental management, in the form of EMAS, ISO 14001, Miljøfyrtårn or equivalent environmental management standard. Documentation requirement: Documentation: EMAS licence number, ISO 14001 or The Eco-Lighthouse issued by independent bodies. The certification shall be valid from the commencement of the contract and during the entire contract period. If the tenderer/manufacturer shall be re-certified during the contract period, a new valid certificate shall be sent to Sykehusinnkjøp HF as soon as it is ready and without request. The contracting authority will also accept other equivalent certificates issued by bodies in other EEA states. The contracting authority will also accept other documentation for equivalent environmental management measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested quality assurance standards or environmental management systems or standards.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total price
Description : Total cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Product
Description : Product
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Supplier services
Description : Service
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
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 : 13/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260042599.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 : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 20/08/2025 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 : Indre og Østre Finnmark tingrett -
Information about review deadlines : Waiting period 10 days
Organisation providing more information on the review procedures : Indre og Østre Finnmark tingrett -

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926722840
Town : Vadsø
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 78011700
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 57c68855-8fc5-48d0-9288-ac999cfb532b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/06/2025 09:20 +00:00
Notice dispatch date (eSender) : 20/06/2025 09:29 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00403436-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025