Desktop Micro CT Scanner for High Resolution Image Processing

Desktop Micro CT Scanner for High Resolution Image Processing and In-Situ Mechanical Testing, for placement in the MTP laboratory for material inspections and in-situ examination of metallic and non-metallic materials. Desktop Micro CT Scanner for High Resolution Image Processing and In-Situ Mechanical Testing, for placement in the MTP laboratory for …

CPV: 38000000 Laboratory, optical and precision equipments (excl. glasses), 38500000 Checking and testing apparatus
Deadline:
July 21, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Desktop Micro CT Scanner for High Resolution Image Processing
Awarding body:
NTNU
Award number:
ANSK-25-0080

1. Buyer

1.1 Buyer

Official name : NTNU
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Desktop Micro CT Scanner for High Resolution Image Processing
Description : Desktop Micro CT Scanner for High Resolution Image Processing and In-Situ Mechanical Testing, for placement in the MTP laboratory for material inspections and in-situ examination of metallic and non-metallic materials.
Procedure identifier : 277a827c-24de-49b0-94b5-f853bed322dd
Internal identifier : ANSK-25-0080
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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

Postal address : Richard Birkelands vei 2b
Town : Trondheim
Postcode : 7034
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
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 : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. "
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for terrorist offences or offences linked to terrorist activities, by conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions continues to be applicable? As defined in Articles 1 and 3 of council framework decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgement for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconduct : Is the economic operator guilty of digging professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity. and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Early termination, damages, or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching obligation relating to payment of social security contributions : Has the economic operator breached its obligations related to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations related to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Desktop Micro CT Scanner for High Resolution Image Processing
Description : Desktop Micro CT Scanner for High Resolution Image Processing and In-Situ Mechanical Testing, for placement in the MTP laboratory for material inspections and in-situ examination of metallic and non-metallic materials.
Internal identifier : ANSK-25-0080

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

Postal address : Richard Birkelands vei 2b
Town : Trondheim
Postcode : 7034
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
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 : Enrolment in a relevant professional register
Description : Company certification / Document that It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; Economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Criterion : Other economic or financial requirements
Description : The supplier must have sufficient financial capacity to carry out the delivery. The supplier's financial strength must be in accordance with the value of the delivery. The supplier has a strong annual revenue history in the past decade and can track this over the past 5 years to provide proof of a healthy business model and thus a most likely sustainable future thus security in service staff, spare parts and software upgrades and updates, etc. Documentation: This must be documented by credit rating from an authorised credit rating company. On request: The Supplier's financial statement (annual accounts) including notes and the management and the auditor's report from the previous years. The company's solvency and sales revenue will be considered. If the annual accounts from the last year are not completed within the Tender due date for this competition, preliminary accounts for the last year shall be submitted in addition to two completed annual accounts. For newly established companies and/or companies that consider they do not satisfy the buyers need for sufficient financial strength, we consider accepting guarantees from a mother company and/or other relevant bank statements or liability insurance. If this option is chosen, the required information mentioned above shall also be attached for the Supplier's parent company in order to satisfy the buyer's requirement of sufficient financial strength
Criterion : References on specified deliveries
Description : Information about the equipment delivered, and the contact information of the customer should be provided. Please note that references will only be contacted if needed.

5.1.11 Procurement documents

Deadline for requesting additional information : 30/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=62750

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian, English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 21/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 21/07/2025 10:01 +00:00
Place : Trondheim
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 : Trøndelag Tingrett -
Information about review deadlines : .
Organisation providing more information on the review procedures : NTNU -

8. Organisations

8.1 ORG-0001

Official name : NTNU
Registration number : 974767880
Department : Seksjon for anskaffelser og innkjøp
Postal address : Høyskoleringen 1
Town : Trondheim
Postcode : 7491
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Maren Ellingsberg
Telephone : 47 73 59 80 80
Internet address : http://www.ntnu.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 4b1b3f87-60b1-44c5-8332-b46d90fc7278 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/06/2025 11:34 +00:00
Notice dispatch date (eSender) : 16/06/2025 11:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00389193-2025
OJ S issue number : 114/2025
Publication date : 17/06/2025