Spinal implants and cages for the health authorities in Helse Vest

The objective of the procurement is to get tenders for spinal implants and cages. This means implants for orthopaedic back surgery (breast and lumbar spine), including associated materials used for insertion of the requested products. The stated consumption/extent in point Competition Provisions point 1.5 and Annex 1 Price Form column …

CPV: 33183100 Ortopedski implantati, 33141700 Ortopedske potrepštine, 33184100 Kirurški implantati
rok:
7. studenoga 2025. 11:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Spinal implants and cages for the health authorities in Helse Vest
registar:
SYKEHUSINNKJØP HF
nagradni broj:
2025/42879

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 : Spinal implants and cages for the health authorities in Helse Vest
Description : The objective of the procurement is to get tenders for spinal implants and cages. This means implants for orthopaedic back surgery (breast and lumbar spine), including associated materials used for insertion of the requested products. The stated consumption/extent in point Competition Provisions point 1.5 and Annex 1 Price Form column I and J is an estimate for information to the tenderer and is not binding for the future contract volume. See Annex 2 - Requirement Specifications and Annex 1 - Price Form for further details.
Procedure identifier : d0c42b43-0069-4cb2-be95-50f93f12c7ab
Internal identifier : 2025/42879
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

2.1.2 Place of performance

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

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 28 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The tender is prepared based on the rules stated in the Public Procurement Regulations and the Public Procurement Regulations.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 7
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 7

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Spinal implants HV, sub-contract 1: Rear instrumentation, degenerative and fracture (including percutaneous)
Description : The contracting authority requests tenders for rear instrumentation with focus on equipment for degenerative and fractures. The tender shall also include equipment for percutaneous interventions. See Annex 1 - Price Form and Annex 2 - Requirement Specifications for further details.
Internal identifier : 2025/42879-0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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

5.1.9 Selection criteria

Sources of selection criteria : Notice, Procurement Document, European Single Procurement Document (ESPD)
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. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate for statutory registration in the country where the business 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 Qualification Requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to B or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement Credit rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. We reserve the right to obtain a credit rating on our own initiative from a reputable rating company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre, will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Tenderers are free to prove their economic and financial position by any other document, including, e.g., by a parent company guarantee.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is assessed based on the annual estimated volume of consumables (in the different sub-contracts), where the annual estimated number is multiplied by the tender price per item. If the sub-contract consists of different product lines, the costs per product line will eventually be summed up. See Annex 1 - Price Form for further details. In this price form, select the "Instructions for filling" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on, among other things: • Documentation (quality etc.) •Functionality •Usability • Cleaning properties/methods • Selection/assortment •Environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service
Description : Security of delivery and training
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266529446.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
Variants : Not allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 07/11/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : In accordance with LOF/FOA
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

5.1 Lot technical ID : LOT-0002

Title : Spinal implants HV, sub-contract 2: Scoliosis (deformity).
Description : The contracting authority requests tenders for posterior instrumentation with a focus on scoliosis (deformity). See Annex 1 - Price Form and Annex 2 - Requirement Specifications for further details.
Internal identifier : 2025/42879-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Procurement Document, 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. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate for statutory registration in the country where the business 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 Qualification Requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to B or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement Credit rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. We reserve the right to obtain a credit rating on our own initiative from a reputable rating company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre, will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Tenderers are free to prove their economic and financial position by any other document, including, e.g., by a parent company guarantee.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is assessed based on the annual estimated volume of consumables (in the different sub-contracts), where the annual estimated number is multiplied by the tender price per item. If the sub-contract consists of different product lines, the costs per product line will eventually be summed up. See Annex 1 - Price Form for further details. In this price form, select the "Instructions for filling" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on, among other things: • Documentation (quality etc.) •Functionality •Usability • Cleaning properties/methods • Selection/assortment •Environment•
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service
Description : Security of delivery and training
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266529446.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
Variants : Not allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 07/11/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : In accordance with the Public Procurement Regulations/Public Procurement Regulations
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

5.1 Lot technical ID : LOT-0003

Title : Spinal implants HV, sub-contract 3: Vertebroplasty/percutaneous cement for vertebrae/cyfoplasty with stent/balloon
Description : Vertebroplasty/percutaneous cement for vertebrae/cyfoplasty with stent/balloon is requested for this sub-contract. See Annex 1 - Price Form and Annex 2 - Requirement Specifications for further details.
Internal identifier : 2025/42879-2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Notice, Procurement Document
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. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate for statutory registration in the country where the business 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 Qualification Requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to B or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement Credit rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. We reserve the right to obtain a credit rating on our own initiative from a reputable rating company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre, will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Tenderers are free to prove their economic and financial position by any other document, including, e.g., by a parent company guarantee.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is assessed based on the annual estimated volume of consumables (in the different sub-contracts), where the annual estimated number is multiplied by the tender price per item. If the sub-contract consists of different product lines, the costs per product line will eventually be summed up. See Annex 1 - Price Form for further details. In this price form, select the "Instructions for filling" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on, among other things: • Documentation (quality etc.) •Functionality •Usability • Cleaning properties/methods • Selection/assortment •Environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service
Description : Security of delivery and training
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266529446.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
Variants : Not allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 07/11/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : In accordance with LOA/FOA
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

5.1 Lot technical ID : LOT-0004

Title : Spinal implants HV, sub-contract 4: ALIF cages
Description : The contracting authority would like tenders for ALIF-cages. Se Annex 1 - Price Form and Annex 2 - Requirement Specifications for further details.
Internal identifier : 2025/42879-3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Notice, Procurement Document
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. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate for statutory registration in the country where the business 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 Qualification Requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to B or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement Credit rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. We reserve the right to obtain a credit rating on our own initiative from a reputable rating company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre, will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Tenderers are free to prove their economic and financial position by any other document, including, e.g., by a parent company guarantee.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is assessed based on the annual estimated volume of consumables (in the different sub-contracts), where the annual estimated number is multiplied by the tender price per item. If the sub-contract consists of different product lines, the costs per product line will eventually be summed up. See Annex 1 - Price Form for further details. In this price form, select the "Instructions for filling" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on, among other things: • Documentation (quality etc.) •Functionality •Usability • Cleaning properties/methods • Selection/assortment •Environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service
Description : Security of delivery and training
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266529446.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
Variants : Not allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 07/11/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : In accordance with LOA/FOA
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

5.1 Lot technical ID : LOT-0005

Title : Spinal implants HV, sub-contract 5: TLIF cages
Description : The contracting authority would like tenders for standard TLIF-cages. Se Annex 1 - Price Form and Annex 2 - Requirement Specifications for further details.
Internal identifier : 2025/42879-4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Notice, Procurement Document
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. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate for statutory registration in the country where the business 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 Qualification Requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to B or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement Credit rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. We reserve the right to obtain a credit rating on our own initiative from a reputable rating company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre, will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Tenderers are free to prove their economic and financial position by any other document, including, e.g., by a parent company guarantee.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is assessed based on the annual estimated volume of consumables (in the different sub-contracts), where the annual estimated number is multiplied by the tender price per item. If the sub-contract consists of different product lines, the costs per product line will eventually be summed up. See Annex 1 - Price Form for further details. In this price form, select the "Instructions for filling" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on, among other things: • Documentation (quality etc.) •Functionality •Usability • Cleaning properties/methods • Selection/assortment •Environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service
Description : Security of delivery and training
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266529446.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
Variants : Not allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 07/11/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : In accordance with LOA/FOA
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

5.1 Lot technical ID : LOT-0006

Title : Spinal implants HV: Sub-contract 6: TLIF cages, expandable
Description : Tenders for this sub-contract are wanted for an expandable TLIF-cages. Se Annex 1 - Price Form and Annex 2 - Requirement Specifications for a more detailed description.
Internal identifier : 2025/42879-5

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Notice, Procurement Document
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. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate for statutory registration in the country where the business 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 Qualification Requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to B or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement Credit rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. We reserve the right to obtain a credit rating on our own initiative from a reputable rating company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre, will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Tenderers are free to prove their economic and financial position by any other document, including, e.g., by a parent company guarantee.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is assessed based on the annual estimated volume of consumables (in the different sub-contracts), where the annual estimated number is multiplied by the tender price per item. If the sub-contract consists of different product lines, the costs per product line will eventually be summed up. See Annex 1 - Price Form for further details. In this price form, select the "Instructions for filling" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on, among other things: • Documentation (quality etc.) •Functionality •Usability • Cleaning properties/methods • Selection/assortment •Environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service
Description : Security of delivery and training
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266529446.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
Variants : Not allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 07/11/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : In accordance with LOA/FOA
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

5.1 Lot technical ID : LOT-0007

Title : Spinal implants HV, sub-contract 7: Implants for inter-corporeal fusion, LLIF
Description : The contracting authority requests tenders for implants for inter-corporeal fusion (LLIF). See Annex 1 - Price Form and Annex 2 - Requirement Specifications for further details.
Internal identifier : 2025/42879-6

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33183100 Orthopaedic implants
Additional classification ( cpv ): 33141700 Orthopaedic supplies
Additional classification ( cpv ): 33184100 Surgical implants

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Notice, Procurement Document
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. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Certificate for statutory registration in the country where the business 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 Qualification Requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Economic and financial capacity means that the Tenderer fulfils the following requirements: Credit rating equivalent to B or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement Credit rating, not older than six months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. We reserve the right to obtain a credit rating on our own initiative from a reputable rating company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre, will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Tenderers are free to prove their economic and financial position by any other document, including, e.g., by a parent company guarantee.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is assessed based on the annual estimated volume of consumables (in the different sub-contracts), where the annual estimated number is multiplied by the tender price per item. If the sub-contract consists of different product lines, the costs per product line will eventually be summed up. See Annex 1 - Price Form for further details. In this price form, select the "Instructions for filling" tab.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on, among other things: • Documentation (quality etc.) •Functionality •Usability • Cleaning properties/methods • Selection/assortment •Environment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Service
Description : Security of delivery and training
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266529446.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
Variants : Not allowed
Deadline for receipt of tenders : 07/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 8 Month
Information about public opening :
Opening date : 07/11/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 3
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 : In accordance with LOA/FOA
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

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
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
Telephone : 78011700
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : fe41f837-597b-49e8-b33e-e19f62941fd5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/09/2025 13:26 +00:00
Notice dispatch date (eSender) : 30/09/2025 13:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00646095-2025
OJ S issue number : 189/2025
Publication date : 02/10/2025