Ultrasound apparatus for Anaesthesia and Intensive Care at St. Olavs Hospital HF (case no. 2025/39017)

The objective of the procurement is to enter into a procurement contract for 1 ultrasound apparatus, including 1 probe for venous access and 2 probes for nerve blockades for the Anaesthesia Department, with an option for 10 equivalent apparatuses over a period of up to 3 years for all hospitals …

CPV: 33112200 Ultrasonic unit
Deadline:
Sept. 29, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Ultrasound apparatus for Anaesthesia and Intensive Care at St. Olavs Hospital HF (case no. 2025/39017)
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2025/39017

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 : Ultrasound apparatus for Anaesthesia and Intensive Care at St. Olavs Hospital HF (case no. 2025/39017)
Description : The objective of the procurement is to enter into a procurement contract for 1 ultrasound apparatus, including 1 probe for venous access and 2 probes for nerve blockades for the Anaesthesia Department, with an option for 10 equivalent apparatuses over a period of up to 3 years for all hospitals in helse Midt-Norway.
Procedure identifier : fe7bd40c-6e9a-4097-9f3a-bbefe88791b9
Internal identifier : 2025/39017
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The apparatus shall be used within anaesthesiological frames; i.e. the apparatus shall both be able to high-resolution visualisation of nerves and minor structures superficial (1-5 cm), but also bone and muscle slightly deeper (6-15 cm). Venous access gates (central and peripheral) and nerve blockers are the most common use. It is considered in this procurement that the use of minimum requirements in the requirement specifications will give a better climate and environmental effect than that achieved by weighting the climate and environment by 30%. Determining such minimum requirements will, according to the contracting authority ́s assessment, give a better climate and environmental effect by ensuring that the winning tenderer ́s products fulfil the environmental requirements set, which is not secured by weighting the equivalent requirement by 30%. The minimum requirements are set in order to ensure the greatest possible environmental effect within the economic framework set by the regional health authority for the procurement. The contracting authority has chosen to set the following environmental requirements as a minimum requirement in the requirement specification: - Lifetime: The equipment shall have an expected functional lifetime of minimum 11 years for normal use and maintenance, in accordance with the manufacturer ́s specifications. (The requirement does not apply as a guarantee, but as an expression of the technical and environmental quality of the equipment).- Repairability: The apparatus shall be repairable. Tenderers shall also guarantee service/support and delivery of wear parts to the apparatus for 11 years after the contract has been signed. See the Requirement Specifications and the Price Form for further details.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33112200 Ultrasonic unit

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The objective of the procurement is to enter into a procurement contract for 1 ultrasound apparatus, including 1 probe for venous access and 2 probes for nerve blockades for the Anaesthesia Department, with an option for 10 equivalent apparatuses over a period of up to 3 years for all hospitals in helse Midt-Norway. See the Requirement Specifications and the Price Form for further details.

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 : Ultrasound apparatus for Anaesthesia and Intensive Care at St. Olavs Hospital HF (case no. 2025/39017)
Description : The objective of the procurement is to enter into a procurement contract for 1 ultrasound apparatus, including 1 probe for venous access and 2 probes for nerve blockades for the Anaesthesia Department, with an option for 10 equivalent apparatuses over a period of up to 3 years for all hospitals in helse Midt-Norway.
Internal identifier : 2025/39017

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33112200 Ultrasonic unit

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 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 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.
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 Sufficient financial ability is required to fulfil the contractual obligations. The credit worthiness that will form the basis for qualification for this competition will not be lower than "Credit worthy" (equivalent to A). The contracting authority will use Bisnode/Credit Pro in its evaluation in its evaluation. The collection will occur after the tender deadline and on the same date for all tenderers. Newly established companies, companies under foundation, companies without activity or companies that are not credit appraisaled, can instead submit parent company guarantees, bank guarantees, or similar that provide equivalent security for implementation ability. The organisation number for the parent company shall be provided when using a parent company guarantee.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264204054.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
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 : 29/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 7 Month
Information about public opening :
Opening date : 29/09/2025 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 : Allowed
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 : Øst - Finnmark Tingrett
Information about review deadlines : 14 day waiting period from contract award.

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Øst - Finnmark Tingrett
Registration number : 971405503
Town : VADSØ
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : e0f9bc2f-714b-49d1-a271-f680441b3a37 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2025 12:55 +00:00
Notice dispatch date (eSender) : 27/08/2025 12:55 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00563339-2025
OJ S issue number : 164/2025
Publication date : 28/08/2025