Signs and signs for Helse Bergen HF and Helse Fonna HF.

The aim of the procurement is to enter into a framework agreement with a tenderer who can deliver signs and signage to the health company. See the competition terms per sub competition for further information. The aim of the procurement is to enter into a framework agreement with a tenderer …

CPV: 34928470 Signage, 34992000 Signs and illuminated signs, 44423400 Signs and related items
Deadline:
Aug. 8, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Signs and signs for Helse Bergen HF and Helse Fonna HF.
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2025/44609

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Signs and signs for Helse Bergen HF and Helse Fonna HF.
Description : The aim of the procurement is to enter into a framework agreement with a tenderer who can deliver signs and signage to the health company. See the competition terms per sub competition for further information.
Procedure identifier : 293d8c49-d52e-4b86-bc79-f1df9ae999bf
Internal identifier : 2025/44609
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 ): 44423400 Signs and related items
Additional classification ( cpv ): 34928470 Signage
Additional classification ( cpv ): 34992000 Signs and illuminated signs

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 200 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest in accordance with the Law on Public Procurements and the Public Procurement Regulations, parts I and part III.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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-0001

Title : Signs and signage for Helse Bergen HF
Description : The aim of the procurement is to enter into a framework agreement with a tenderer who can deliver signs and signage to the health company. Assembly services will depend on the type of signs that are procured and the assembly will not be relevant for all deliveries. The contract ́s value is difficult to estimate as it will be in need of replacing existing signs or ordering new signs. The stated scope is an estimate for information to the tenderer and is not binding for the future contract volume. The budget for the contract period for Helse Bergen HF is NOK 5,700,000. See the Requirement Specifications and the Price Form for further details.
Internal identifier : 2025/51331

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34928470 Signage
Additional classification ( cpv ): 34992000 Signs and illuminated signs
Additional classification ( cpv ): 44423400 Signs and related items

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/08/2025
Duration end date : 30/08/2029

5.1.5 Value

Estimated value excluding VAT : 5 700 000 Norwegian krone

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 are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the company is established.
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 1. Kvlalifikajson requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Sufficient economic and financial capacity means that the tenderer fulfils the following requirements for financial key figures: Credit rating equivalent to A or better, measured on AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement: Credit rating, not older than six months, is to be enclosed with the tender. The contracting authority reserves the right to obtain a credit report in ww.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.    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, for example, by a parent company guarantee, bank guarantee, etc. 2. Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: The contracting authority will evaluate the Tenderer's fulfilment of the qualification requirement in the following manner: • The last annual accounts or annual report to Brønnøysund Register Centre and any new information of relevance to the tenderer's economic and financial situation. • Income statement and balance sheet for the last six months if it is more than six months since the last annual report. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has demanded above, the tenderer can prove its economic and financial capacity by any other document that the contracting authority deems suitable, including, for example, a parent company guarantee, bank guarantee etc.
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 Qualification requirement: Tenderers are required to have sufficient experience from equivalent assignments. Similar assignments include the delivery of signs and signage to customers of an equivalent extent. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: Tenderers shall fill in Annex 4 Response Form experience of the most important relevant deliveries or services in the last three years, including the date of delivery or execution and the name of the recipient. Certificates issued or confirmed by the contracting authority can be attached.
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 Qualification requirement: Tenderers shall be third-party certified for environmental management, in the form of EMAS, ISO 14001 or Miljøfyrtårn within 10 months from the commencement of the contract. The certification shall be valid for the rest of the contract period. If the tenderer shall be re-certified during the contract period, a new valid certificate shall be sent to the Contracting Authority as soon as it is ready and without request. Documentation requirement: Valid documentation is the licence number for EMAS, ISO 14001 or Miljøfyrtårn, issued by independent bodies. If a tenderer is not certified, valid documentation is confirmed by a certifier that the tenderer has reported a desire to be certified/that the certification process is initiated. The contracting authority will also accept other equivalent certificates issued by bodies in other EEA countries, provided that the tenderer can document that these are equivalent to EMAS, ISO 14001 or the Eco-Lighthouse programme.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 28/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258818051.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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 08/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 08/08/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
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 : Public Procurement Law and Regulations
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -
Organisation receiving requests to participate : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0002

Title : Signs and signs for Helse Fonna HF
Description : The aim of the procurement is to enter into a framework agreement with a tenderer who can deliver signs and signage to the health company. Assembly services will depend on the type of signs that are procured and the assembly will not be relevant for all deliveries. The contract ́s value is difficult to estimate as it will be in need of replacing existing signs or ordering new signs. The stated scope is an estimate for information to the tenderer and is not binding for the future contract volume. The budget for the contract period for Helse Fonna HF is NOK 1,500,000. See the Requirement Specifications and the Price Form for further details.
Internal identifier : 2025/51333

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34928470 Signage
Additional classification ( cpv ): 34992000 Signs and illuminated signs
Additional classification ( cpv ): 44423400 Signs and related items

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/08/2025
Duration end date : 30/08/2029

5.1.5 Value

Estimated value excluding VAT : 1 500 000 Norwegian krone

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 are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the company is established.
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 1. Kvlalifikajson requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Sufficient economic and financial capacity means that the tenderer fulfils the following requirements for financial key figures: Credit rating equivalent to A or better, measured on AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement: Credit rating, not older than six months, is to be enclosed with the tender. The contracting authority reserves the right to obtain a credit report in ww.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.    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, for example, by a parent company guarantee, bank guarantee, etc. 2. Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: The contracting authority will evaluate the Tenderer's fulfilment of the qualification requirement in the following manner: • The last annual accounts or annual report to Brønnøysund Register Centre and any new information of relevance to the tenderer's economic and financial situation. • Income statement and balance sheet for the last six months if it is more than six months since the last annual report. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has demanded above, the tenderer can prove its economic and financial capacity by any other document that the contracting authority deems suitable, including, for example, a parent company guarantee, bank guarantee etc.
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 Qualification requirement: Tenderers are required to have sufficient experience from equivalent assignments. Similar assignments include the delivery of signs and signage to customers of an equivalent extent. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: Tenderers shall fill in Annex 4 Response Form experience of the most important relevant deliveries or services in the last three years, including the date of delivery or execution and the name of the recipient. Certificates issued or confirmed by the contracting authority can be attached.
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 Qualification requirement: Tenderers shall be third-party certified for environmental management, in the form of EMAS, ISO 14001 or Miljøfyrtårn within 10 months from the commencement of the contract. The certification shall be valid for the rest of the contract period. If the tenderer shall be re-certified during the contract period, a new valid certificate shall be sent to the Contracting Authority as soon as it is ready and without request. Documentation requirement: Valid documentation is the licence number for EMAS, ISO 14001 or Miljøfyrtårn, issued by independent bodies. If a tenderer is not certified, valid documentation is confirmed by a certifier that the tenderer has reported a desire to be certified/that the certification process is initiated. The contracting authority will also accept other equivalent certificates issued by bodies in other EEA countries, provided that the tenderer can document that these are equivalent to EMAS, ISO 14001 or the Eco-Lighthouse programme.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 28/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258818051.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
Deadline for receipt of tenders : 08/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 08/08/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
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 : Public Procurement Law and Regulations

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation providing more information on the review procedures

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
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 222dd487-2d28-4cf0-b401-438db582a61e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/06/2025 09:16 +00:00
Notice dispatch date (eSender) : 13/06/2025 09:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00386375-2025
OJ S issue number : 113/2025
Publication date : 16/06/2025