High capacity sequencing instrument for Helse Stavanger HF

The objective of the procurement is to enter into a procurement contract for the procurement of 1 complete high capacity sequencing instrument, including any necessary software and licence(s) for intended use, to the Department of Medical Microbiology at Helse Stavanger HF. At the same time a framework agreement shall be …

CPV: 33696500 Laboratory reagents, 38000000 Laboratory, optical and precision equipments (excl. glasses)
Place of execution:
High capacity sequencing instrument for Helse Stavanger HF
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2023/18209

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 : High capacity sequencing instrument for Helse Stavanger HF
Description : The objective of the procurement is to enter into a procurement contract for the procurement of 1 complete high capacity sequencing instrument, including any necessary software and licence(s) for intended use, to the Department of Medical Microbiology at Helse Stavanger HF. At the same time a framework agreement shall be signed for the procurement of associated equipment dependant consumables. The sequencing instrument should be of the type short-read sequentator, where we with short-read mean fragment from 100-300 base pairs.  The instrument shall be used for sequencing bacteria isolation, deep sequencing of microbiom samples and producing sequences that can be used for short-read polishing by hybrid assembly of bacteria isolation. The tenderer ́s reservations are requested in Annex 1 - Tender Letter. The conditions shall be precise and unambiguous so that the Contracting Authority can assess these without contacting the tenderer. Any deviation from the tender documentation involves a risk that the Tenderer or tender must be rejected from the competition. There is an opportunity to submit parallel tender offers in the competition, a maximum of two tenders per tenderer. If parallel tenders are submitted, a requirement specification and a price form must be filled in per tender. The tenders will compete against each other in the same way as against tenders from other tenderers. See the competition terms and annexes for more information.
Procedure identifier : f97e8fdc-60d9-4af9-a8ae-fdda6466a72d
Previous notice : fc5136bc-846f-4353-baee-618ed2fb2d51-01
Internal identifier : 2023/18209
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The objective of the procurement is to enter into a procurement contract for the procurement of 1 complete high capacity sequencing instrument, including any necessary software and licence(s) for intended use, to the Department of Medical Microbiology at Helse Stavanger HF. At the same time a framework agreement shall be signed for the procurement of associated equipment dependant consumables. An option shall be offered for: Service, cf. Annex 10 - Overview of service levelsService courses (if offered) Licences (if relevant) The sequencing instrument shall be of the type short-read sequentator, where we with short-read mean fragments from 100-300 base pairs.  The instrument shall be used for sequencing bacteria isolation, deep sequencing of microbiom samples and producing sequences that can be used for short-read polishing by hybrid assembly of bacteria isolation. The instrument will be used for both routine diagnostics and project work, and the consumption of reagents and kits can vary from year to year. The instrument is planned to replace one of the currently used MiSeq instruments. The estimated annual volume is 10 kits of 150 bp PE (large size), 50 kits of 300 bp PE (small size) and 10 kits for 16S. The maximum volume per year is 20 kits of 150 bp PE (large size), 100 kits of 300 bp PE (small size) and 20 kits for 16S. For the NGS library preparation kit for sequencing kit (prepkit), the estimated maximum volume will be what is necessary for using the stated volumes of sequencing kits. The stated consumption/extent is an estimate for information to the tenderer and is not binding for the future contract volume. See Annex 1 - Price Form and Annex 2 - Requirement Specifications for further details.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 33696500 Laboratory reagents

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The tender notice is cancelled due to a lack of competition, cf. the public procurement regulations 25-4 (1).

5. Lot

5.1 Lot technical ID : LOT-0000

Title : High capacity sequencing instrument for Helse Stavanger HF
Description : The objective of the procurement is to enter into a procurement contract for the procurement of 1 complete high capacity sequencing instrument, including any necessary software and licence(s) for intended use, to the Department of Medical Microbiology at Helse Stavanger HF. At the same time a framework agreement shall be signed for the procurement of associated equipment dependant consumables. The sequencing instrument should be of the type short-read sequentator, where we with short-read mean fragment from 100-300 base pairs.  The instrument shall be used for sequencing bacteria isolation, deep sequencing of microbiom samples and producing sequences that can be used for short-read polishing by hybrid assembly of bacteria isolation. The tenderer ́s reservations are requested in Annex 1 - Tender Letter. The conditions shall be precise and unambiguous so that the Contracting Authority can assess these without contacting the tenderer. Any deviation from the tender documentation involves a risk that the Tenderer or tender must be rejected from the competition. There is an opportunity to submit parallel tender offers in the competition, a maximum of two tenders per tenderer. If parallel tenders are submitted, a requirement specification and a price form must be filled in per tender. The tenders will compete against each other in the same way as against tenders from other tenderers. See the competition terms and annexes for more information.
Internal identifier : 2023/18209

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 33696500 Laboratory reagents

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost will be evaluated according to the relative method. The tender with the lowest total cost will be given the highest point score on this award criteria. Total cost covers the procurement cost for the main product, training costs, option for service (cost calculated for the equipment's lifetime less the warranty period), and equipment specific consumables (cost calculated for the equipment's lifetime). See Annex 1 - Price Form for further details. The options ́ weighting in the cost evaluation is in the "Prisskjema Hovedprodukt" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Climate and environmental considerations
Description : Emphasis will be put on Waste Management, Consumables Requirements and Lifetime Requirements. The evaluation will be carried out according to the relative method. Tenders with the highest total score for the evaluation requirement labelled Climate and Environment consideration will be given the highest score. See Annex 2 - Requirement Specifications, tab 4. Climate and environmental consideration for further information on what is included in the evaluation of this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Product
Description : Emphasis will be put on the Functionality and User Friendliness Requirements. The evaluation will be carried out according to the relative method. Tenders with the highest total number of points for the evaluation requirement labelled Product will be given the highest point score. See Annex 2 - Requirement Specifications, tab 5. Product, for further information on what is included in the evaluation of this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Supplier services
Description : Emphasis will be put on the Requirements for service and maintenance and delivery time requirements. The evaluation will be carried out according to the relative method. Tenders with the highest overall score for the evaluation requirement labelled Supplier Services will be awarded the highest point score. See Annex 2 - Requirement Specifications, tab 6. Supplier services, for further information on what is included in the evaluation of this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 : See the law and regulations on public procurements.

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

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 : 926 722 840
Town : Vadsø
Postcode : 5607
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 66e5c33a-889e-4b86-b3ff-5b157fa57ced - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 18/06/2025 14:15 +00:00
Notice dispatch date (eSender) : 18/06/2025 14:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00401419-2025
OJ S issue number : 117/2025
Publication date : 20/06/2025