Body scanner for New Security Psychiatry (NSP)

The project organisation (HSØ PO) shall procure 1-2 body scanners in connection with the erection of New security psychiatry at Ila in Bærum. The project organisation (HSØ PO) shall procure 1-2 body scanners in connection with the erection of New security psychiatry at Ila in Bærum.

CPV: 42961100 Sustav ograničenja pristupa, 38520000 Skaneri, 38581000 Oprema za skaniranje prtljage
rok:
27. listopada 2025. 11:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Body scanner for New Security Psychiatry (NSP)
registar:
SYKEHUSINNKJØP HF
nagradni broj:
2025/50217

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 : Body scanner for New Security Psychiatry (NSP)
Description : The project organisation (HSØ PO) shall procure 1-2 body scanners in connection with the erection of New security psychiatry at Ila in Bærum.
Procedure identifier : 5c07add3-1c90-4f7e-bd41-5e6843c9f32f
Internal identifier : 2025/50217
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : See the competition terms for further details.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 38520000 Scanners
Additional classification ( cpv ): 38581000 Baggage-scanning equipment

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See regulations for details

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Has the supplier himself or a person, who is a member of the supplier's administrative, management or control body or has the competence to represent or control or make decisions in such bodies, been convicted of corruption by a final judgment in a judgment handed down not more than five years ago, or a period of ineligibility set directly in the judgment that is still valid? Corruption as defined in Article 3 of the Convention against Corruption, involving officials of the European Communities or in The Member States of the European Union (OJ C 195 of 25.6.1997, p. 1), and in Article 2, paragraph 1, in the Council's framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (OJ L 192 of 31.7.2003, p. 54). This reason for rejection also includes corruption as defined in national law for the client or supplier.
Fraud : Has the supplier himself or a person, who is a member of the supplier's administrative, management or control body or has the competence to represent or control or make decisions in such bodies, by a final judgment been convicted of fraud by a judgment handed down not more than five years ago, or a period of exclusion determined directly in the judgment that is still valid? Fraud as referred to in Article 1 of the Convention on the Protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the supplier himself or a person, who is a member of the supplier's administrative, management or control body or has the competence to represent or control or make decisions in such bodies, been convicted by a final judgment for money laundering or financing of terrorism by a judgment handed down no more than five years ago, or a period of ineligibility set directly in the judgment that is still valid? Money laundering or financing of terrorismAs defined in Article 1 of the Directive of the European Parliament and of the Council 2005/60/EC of 26 October 2005 on preventive measures against the use of the financial system for money laundering and the financing of terrorism (OJ L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Has the supplier himself or a person, who is a member of the supplier's administrative, management or control body or has the competence to represent or control or make decisions in such bodies, been convicted by a final judgment for participation in a criminal organization by a judgment handed down no more than five years ago, or a period of disqualification stipulated directly in the judgment which is still valid? Participation in a criminal organization as defined in Article 2 of the Council's framework decision 2008/841/RIA of 24 October 2008 on combating organized crime (OJ L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Has the supplier himself or a person, who is a member of the supplier's administration, management or control body or has the competence to represent or control or make decisions in such bodies, been convicted by a final judgment for terrorist acts or criminal offenses connected to terrorist activity by a sentence handed down no more than five years ago, or a period of disqualification stipulated directly in the sentence that still applies? Terrorist acts or criminal acts related to terrorist activity as defined in articles 1 and 3 of the Council's framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (OJ L 164 of 22.6.2002, p. 3). This reason for rejection also includes incitement to, complicity in or attempts to commit such acts as referred to in Article 4 of the aforementioned framework decision.
Child labour and including other forms of trafficking in human beings : Has the supplier himself or a person, who is a member of the supplier's administrative, management or control body or has the competence to represent or control or make decisions in such bodies, been convicted by a final judgment for child labor and other forms of human trafficking in a judgment handed down no more than five years ago, or a period of ineligibility set directly in the judgment that is still valid? Child labor and other forms of human trafficking as defined in Article 2 of the Directive of the European Parliament and of the Council 2011/36/EU of 5 April 2011 on the prevention and combating of human trafficking and the protection of its victims, and on the replacement of the Council's framework decision 2002/629/RIA (OJ L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the supplier known to have committed a breach of provisions on the environment as they appear in national law, the relevant announcement or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : s the supplier known to have committed a breach of provisions on working conditions as they appear in national law, the relevant announcement or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the supplier known to have committed a breach of provisions on social conditions as they appear in national law, the relevant announcement or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the supplier entered into agreement(s) with other suppliers with the intention of distorting the competition?
Grave professional misconduct : Has the supplier committed serious errors in their professional practice? If relevant, see 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 : Has the supplier:a) provided grossly incorrect information when communicating the information required to check that there are no grounds for rejection, or that the qualification requirements have been met,b) failed to provide such information,c) made a reservation to immediately provide the supporting documents requested by the client, ord) unfairly influenced the client's decision-making process in order to acquire confidential information that could give the client an unfair advantage in connection with the competition, or has negligently provided misleading information that could have a significant influence on decisions about rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the supplier aware of a conflict of interest as stated in national law, the relevant announcement or the procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the supplier or a business associated with the supplier given advice to the client or otherwise been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the supplier committed a significant breach of contract in connection with the fulfillment of a previous public contract, a previous contract with a public client or a previous concession contract, where the breach has led to the termination of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The client must indicate that in Norway there are national reasons for rejection. These must be described in the procurement documents. The supplier must answer whether he is in one or more of the situations described in the national reasons for rejection. Do the purely national grounds for rejection, set out in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Has the supplier failed to fulfill all his obligations to pay social security contributions both in the country in which he is established, and in the client's Member State, if this is a different country than the one in which he is established?
Breaching obligation relating to payment of taxes : Has the supplier failed to fulfill his obligations to pay taxes and fees in the country in which he is established, and in the client's Member State, if this is a different country than the one in which he is established?
Bankruptcy : Is the supplier in a bankruptcy situation? State why, under the circumstances mentioned, you are nevertheless able to perform the contract, taking into account the applicable national provisions and measures regarding the continuation of business activities? It is not necessary to enter this information if the rejection of suppliers is made mandatory according to the applicable national law without the possibility of exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been given a forced debt arrangement? State why, under the circumstances mentioned, you are nevertheless able to perform the contract, taking into account the applicable national provisions and measures regarding the continuation of business activities? It is not necessary to enter this information if the rejection of suppliers is made mandatory according to the applicable national law without the possibility of exceptions.
Insolvency : Is the supplier in an insolvency situation? State why, under the circumstances mentioned, you are nevertheless able to perform the contract, taking into account the applicable national provisions and measures regarding the continuation of business activities? It is not necessary to enter this information if the rejection of suppliers is made mandatory according to the applicable national law without the possibility of exceptions.
Assets being administered by liquidator : State why, under the circumstances mentioned, you are nevertheless able to perform the contract, taking into account the applicable national provisions and measures regarding the continuation of business activities? It is not necessary to enter this information if the rejection of suppliers is made mandatory according to the applicable national law without the possibility of exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been given a forced debt arrangement? State why, under the circumstances mentioned, you are nevertheless able to perform the contract, taking into account the applicable national provisions and measures regarding the continuation of business activities? It is not necessary to enter this information if the rejection of suppliers is made mandatory according to the applicable national law without the possibility of exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Body scanner for New Security Psychiatry (NSP)
Description : The project organisation (HSØ PO) shall procure 1-2 body scanners in connection with the erection of New security psychiatry at Ila in Bærum.
Internal identifier : 2025/50217

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 38520000 Scanners
Additional classification ( cpv ): 38581000 Baggage-scanning equipment

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 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 : European Single Procurement Document (ESPD)

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266417861.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
Deadline for receipt of tenders : 27/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 5 Month
Information about public opening :
Opening date : 27/10/2025 11:00 +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 : Indre og Østre Finnmark tingrett
Information about review deadlines : within a reasonable time
Organisation providing more information on the review procedures : Indre og Østre Finnmark tingrett

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 : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : bb4de655-86e4-4bbe-abd9-889a82e77c83 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/09/2025 11:45 +00:00
Notice dispatch date (eSender) : 26/09/2025 11:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00635683-2025
OJ S issue number : 186/2025
Publication date : 29/09/2025