Mobile x-ray apparatus for the Health Authorities in HSØ

The objective of the procurement is a joint framework agreement for mobile x-ray apparatuses for the health authorities in Helse Sør-Øst. The objective of the procurement is a joint framework agreement for mobile x-ray apparatuses for the health authorities in Helse Sør-Øst.

CPV: 33111600 Radiography devices, 33111000 X-ray devices
spriocdháta:
DFómh. 17, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Mobile x-ray apparatus for the Health Authorities in HSØ
clárlann:
SYKEHUSINNKJØP HF
uimhir dámhachtana:
2024/35294

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 : Mobile x-ray apparatus for the Health Authorities in HSØ
Description : The objective of the procurement is a joint framework agreement for mobile x-ray apparatuses for the health authorities in Helse Sør-Øst.
Procedure identifier : 116530f1-0624-44f1-8102-c3d155721dbb
Internal identifier : 2024/35294
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The objective of the procurement is a joint framework agreement for mobile x-ray apparatuses for the health companies in Helse Sør-Ø st.De mobile x-ray apparatuses shall mainly be used for ambulatory examinations of thorax, abdomen and some skeleton examinations in clinical departments at the hospitals. The patient group is both adults and children as well as bariatric patients. It will also be used for incubator patients down to 400 grams. Tender equipment must be delivered with a large detector (43x43 cm). When ordering it must be possible to change from large to one incubator compatible (small) detector. The device must be easy to move and have little footprint as the patient rooms can be small. We would like to have a quiet apparatus both when used and when moving around. It must be intuitive and easy to use as the device shall be used by many radiographers 24 hours a day.  The contracting authority ́s extent calculations go on the total need of the contracting authority. The maximum number of devices in the contract period is 40 units. In addition an option is wanted for the following: Service contract after the guarantee period has ended. Extension of the guarantee period with 12 months to a total of 24 months. Service courses on offered equipment. Physicist courses on offered equipment. Full insurance pipes and system batteries. Large and small detector. Physical screening. See the Requirement Specifications and the Price Form for further details.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33111600 Radiography devices
Additional classification ( cpv ): 33111000 X-ray devices

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
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 : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Mobile x-ray apparatus for the Health Authorities in HSØ
Description : The objective of the procurement is a joint framework agreement for mobile x-ray apparatuses for the health authorities in Helse Sør-Øst.
Internal identifier : 2024/35294

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33111600 Radiography devices
Additional classification ( cpv ): 33111000 X-ray devices

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

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 : Certificates by quality control institutes
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 Nuclear 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 requirement: Credit rating equivalent to A or better, measured on AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: - Credit rating, not older than 6 months, and which is based on the last known accounting 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. 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: 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: Licence number for EMAS, 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 : Evaluation of the total price, including LCC
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Product
Description : Evaluation of the product quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Supplier services
Description : Evaluation of supplier services and service
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264945159.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
Description of the financial guarantee : Tenderers must have sufficient economic and financial capacity to fulfil the contractual obligations. Economic and financial capacity means that the tenderer fulfils the following requirement: Credit rating equivalent to A or better, measured on AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: - Credit rating, not older than 6 months, and which is based on the last known accounting 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.
Deadline for receipt of tenders : 17/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 17/10/2025 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, with reopening of competition
Maximum number of participants : 6
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 : Deadline for submitting questions Deadline for submitting questions: 07.10.2025 12:00 Central European Summer Time Deadline for receipt of tenders or requests for participation Deadline for submitting tenders: 17.10.2025 12:00 Central European Summer Time Public opening Date and time of the public opening of tenders: 17.10.2025 12:00 Central European Summer Time The abidance deadline The abidance deadline: 6 Months

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

Notice information

Notice identifier/version : 06d61ebe-cad6-417a-bdcb-b08f5d9d9a92 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/09/2025 14:48 +00:00
Notice dispatch date (eSender) : 09/09/2025 14:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00595388-2025
OJ S issue number : 174/2025
Publication date : 11/09/2025