Qualification: Electroencefalography (EEG) for the health authorities in the South-East Health Authority.

There is a need in all health companies in Helse Sør-Øst to procure new EEG equipment for various EEG examinations. The existing equipment in the region is getting outdated, and neither equipment nor software can be updated further (End of Life and End of Service). In order to quickly replace …

CPV: 33121100 Eeg-apparaten, 33100000 Medische apparatuur, 33120000 Opnamesystemen en onderzoekinstrumenten, 33197000 Medische computeruitrusting, 48180000 Medische software, 48814400 Klinische-informatiesysteem
Plaats van uitvoering:
Qualification: Electroencefalography (EEG) for the health authorities in the South-East Health Authority.
Toekennende instantie:
SYKEHUSINNKJØP HF
Gunningsnummer:
2025/48619

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 : Qualification: Electroencefalography (EEG) for the health authorities in the South-East Health Authority.
Description : There is a need in all health companies in Helse Sør-Øst to procure new EEG equipment for various EEG examinations. The existing equipment in the region is getting outdated, and neither equipment nor software can be updated further (End of Life and End of Service). In order to quickly replace the current outdated EEG equipment, Helse Sør-Øst would like to procure a system that covers the clinicians ́needs for recording/examinations and interpretation. Five main areas of use have been identified in the region: Standard EEG Continual Monitoring (cEEG)EEG for Newborn Long Term Monitoring (LTM) Ambulant EEGSe for further competition provisions for further information.
Procedure identifier : d5fdb1c1-e8f1-472d-b267-f40b65018f94
Internal identifier : 2025/48619
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority intends to enter into one regional framework agreement, in which Helse Sør-Øst RHF will be the contract party. The registered need gives an estimate of up to 100 EEG systems. Furthermore, it is also estimated that hours will be procured from the tenderer as needed for implementation, adaptation, development or other assistance. The maximum scope of the procurement is estimated to approx. 150 EEG systems with an equivalent increase in the accompanying estimates.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33121100 Electro-encephalographs
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33120000 Recording systems and exploration devices
Additional classification ( cpv ): 33197000 Medical computer equipment
Additional classification ( cpv ): 48180000 Medical software package
Additional classification ( cpv ): 48814400 Clinical information system

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - ...

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 : Qualification: Electroencefalography (EEG) for the health authorities in the South-East Health Authority.
Description : There is a need in all health companies in Helse Sør-Øst to procure new EEG equipment for various EEG examinations. The existing equipment in the region is getting outdated, and neither equipment nor software can be updated further (End of Life and End of Service). In order to quickly replace the current outdated EEG equipment, Helse Sør-Øst would like to procure a system that covers the clinicians ́needs for recording/examinations and interpretation. Five main areas of use have been identified in the region: Standard EEG Continual Monitoring (cEEG)EEG for Newborn Long Term Monitoring (LTM) Ambulant EEGSe for further competition provisions for further information.
Internal identifier : 2025/48619

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33121100 Electro-encephalographs
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33120000 Recording systems and exploration devices
Additional classification ( cpv ): 33197000 Medical computer equipment
Additional classification ( cpv ): 48180000 Medical software package
Additional classification ( cpv ): 48814400 Clinical information system

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
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
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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Order of importance : 1
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 Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Sufficient economic and financial capacity means that the Tenderer fulfils the following requirements: • Credit worthy without security. The Contracting Authority will assess the Tenderer's fulfilment of the qualification requirements based on the following documentation: • Credit rating equivalent to A or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. The contracting authority will itself extract credit reports from AAA Soliditet (Bisnode) for Nordic suppliers or from D&B for non-Nordic tenderers.
Criterion : Technicians or technical bodies to carry out the work
Description : Tenderers shall give a description of the tenderer ́s average annual workforce and the number of employees in the management in the last two years. Tenderers shall state man-labour years relevant for this delivery, as well as any further plans for adapting staffing if the tenderer receives this contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/255773277.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 requests to participate : 02/06/2025 06:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 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 : .

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
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) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 5099409d-1c27-44d0-aef2-293e9bf177f2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/04/2025 11:07 +00:00
Notice dispatch date (eSender) : 30/04/2025 11:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00282307-2025
OJ S issue number : 85/2025
Publication date : 02/05/2025