Consulting services for a new Central Sterile Supply Department (CSSD)

The New National Hospital (NLSH) project reg.nr. 500810-0410invites tenders for specialized consultancy regarding the development of the Central Sterile Supply Department (CSSD), including workflows, equipment capacity, and assistance in defining equipment for their tendering in NLSHs new Main Treatment Building. NLSH is seeking a consultant for this project – a …

CPV: 71000000 Arhitekturne, gradbeniške, inženirske in inšpekcijske storitve, 79418000 Storitve svetovanja pri javnih naročilih
Rok:
24. november 2025. 13:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Consulting services for a new Central Sterile Supply Department (CSSD)
Organ za podeljevanje:
NLSH ohf.
Številka dodelitve:
I0055-1

1. Buyer

1.1 Buyer

Official name : NLSH ohf.
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Consulting services for a new Central Sterile Supply Department (CSSD)
Description : The New National Hospital (NLSH) project reg.nr. 500810-0410invites tenders for specialized consultancy regarding the development of the Central Sterile Supply Department (CSSD), including workflows, equipment capacity, and assistance in defining equipment for their tendering in NLSHs new Main Treatment Building.  NLSH is seeking a consultant for this project – a consultant who has recently worked on the design and equipment selection for central sterilization departments in large hospitals. The required expertise encompasses both the technical aspects of sterilization departments and knowledge of their operations, as well as the operations of surgical theatres. NLSH in Reykjavik, Iceland, is the owner of this project and the Purchaser in this tender process. Further information on the New Hospital project can be found on the project website https://en.nlsh.is/
Procedure identifier : 76c671f9-aa78-4658-9548-ed3156133e2b
Internal identifier : I0055-1
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 79418000 Procurement consultancy services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 48 000 000 Iceland króna

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.
Fraud : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.
Money laundering or terrorist financing : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.
Participation in a criminal organisation : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.
Terrorist offences or offences linked to terrorist activities : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.
Child labour and including other forms of trafficking in human beings : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.
Breaching obligation relating to payment of social security contributions : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.
Breaching obligation relating to payment of taxes : A tenderer convicted by final judgment for the following offences shall be excluded from participating in the procurement procedure: The obligation to exclude a participant or tenderer also applies when a person who has been convicted by final judgment for a violation of Paragraph 1 of Article 68 of the PPA, is a member of the administrative, management or supervisory board of the relevant economic operator, or is an authorized representative, is authorized to make decisions or has a controlling position in the relevant economic operator. When a court or a public authority in the tenderer's or participant's country of registration or in a EEC member state has ruled with a final judgment that a participant, or a tenderer is in violation of the duty to pay taxes, pension fund premiums or other statutory fees, the tenderer or participant shall be excluded from participating in the procurement process. The participant or the tenderer shall submit documentation according to the above mentioned which cannot be older than 3 months. In addition, the Buyer reserves the right to exclude an economic operator from participating in a procurement process if other reasons for exclusion listed in Article 68 of the PPA apply to the economic operator. When evaluating the qualification of tenderers and deciding on the award of contract, the Contracting authority and the Buyer will, in accordance with paragraph 6 of Art. 68 of the PPA, and respective of Recommendations from the OECD Working Group on Bribery, take into account whether an economic operator has made sufficient measures to prevent and detect national or international bribery committed by the company staff, e.g. by internal audit systems, report button on the company website, code of conduct, policy on gifts and facilitation payments etc. The tenderer shall confirm and describe in its tender what precautionary measures have been taken to that end. The Buyer y reserves the right at any time to request further documentation, in accordance with Article 74 of the PPA.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Consulting services for a new Central Sterile Supply Department (CSSD)
Description : The New National Hospital (NLSH) project reg.nr. 500810-0410invites tenders for specialized consultancy regarding the development of the Central Sterile Supply Department (CSSD), including workflows, equipment capacity, and assistance in defining equipment for their tendering in NLSHs new Main Treatment Building.  NLSH is seeking a consultant for this project – a consultant who has recently worked on the design and equipment selection for central sterilization departments in large hospitals. The required expertise encompasses both the technical aspects of sterilization departments and knowledge of their operations, as well as the operations of surgical theatres. NLSH in Reykjavik, Iceland, is the owner of this project and the Purchaser in this tender process. Further information on the New Hospital project can be found on the project website https://en.nlsh.is/
Internal identifier : I0055-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 79418000 Procurement consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 5

5.1.5 Value

Estimated value excluding VAT : 48 000 000 Iceland króna

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) : no

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Notice
Criterion : Financial ratio
Description : Endorsed annual Financial Statement for 2024. NLSH will collect the statement from RSK.is in the case of Icelandic economic operators. Non-Icelandic economic operators shall submit their statement herein. Sole proprietors shall submit their operating report for year 2024. Or: Interim financial statements for (1,2,3,4 ) quarters of 2024.
Criterion : Average yearly turnover
Description : Endorsed annual Financial Statement for 2024. NLSH will collect the statement from RSK.is in the case of Icelandic economic operators. Non-Icelandic economic operators shall submit their statement herein. Sole proprietors shall submit their operating report for year 2024.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Tender´s will be selected on the basis of the award criteria described in the tender document and are in accordance with Art 79 of the PPA.  In the event of a tie between two or more participants, that is if two or more participants are awarded the same score, lots will be cast. Casting of lots will be conducted in cooperation with the Tenderers taking part. The most economical advantageous tender is the one which has  the highest score.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : award criteria described in this section and are in accordance with Art 79 of the PPA.  In the event of a tie between two or more participants, that is if two or more participants are awarded the same score, lots will be cast. Casting of lots will be conducted in cooperation with the Tenderers taking part. The most economical advantageous tender is the one which has  the highest score.
Description : Tender´s will be selected on the basis of the award criteria described in the tender documnet and are in accordance with Art 79 of the PPA.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 16/11/2025 00:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=72574

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 24/11/2025 13:00 +00:00
Deadline until which the tender must remain valid : 279 Day
Information about public opening :
Opening date : 24/11/2025 13:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
A non-disclosure agreement is required : yes
Electronic invoicing : Required
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 : Kærunefnd útboðsmála
Information about review deadlines : No.
Organisation receiving requests to participate : NLSH ohf.
Organisation processing tenders : NLSH ohf.

8. Organisations

8.1 ORG-0001

Official name : NLSH ohf.
Registration number : 5008100410
Department : Tækni- og þróunarsvið
Postal address : ALASKAREITURINN VIÐ BURKNAGÖTU
Town : Reykjavík
Postcode : 121
Country subdivision (NUTS) : Höfuðborgarsvæði ( IS001 )
Country : Iceland
Contact point : Jakob Valgeir Finnbogason
Telephone : +354 5516010
Internet address : http://www.nlsh.is
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Kærunefnd útboðsmála
Registration number : 5107770429
Postal address : Borgartúni 21
Town : Reykjavik
Postcode : 105
Country subdivision (NUTS) : Höfuðborgarsvæði ( IS001 )
Country : Iceland
Telephone : 5758700
Internet address : https://yskn.is/
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : fb77aabb-4f0d-424f-919b-2a4ba1254cdc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/10/2025 15:29 +00:00
Notice dispatch date (eSender) : 20/10/2025 15:29 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00695686-2025
OJ S issue number : 203/2025
Publication date : 22/10/2025