1105601 UiO Life Sciences user equipment K930.09 Automated workstation

Statsbygg constructs the new Life Sciences Building (LVB) for the University of Oslo and Oslo University Hospital on behalf of the Ministry of Education and Research and South-East Health as the co-contracting authority. The building shall be the workplace for approx. 1,600 employees and 1,600 students. Start up for the …

CPV: 38000000 Laboratorieutrustning, optisk utrustning och precisionsutrustning (exkl. glas)
Sista ansökningsdag:
16 maj 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
1105601 UiO Life Sciences user equipment K930.09 Automated workstation
Plats för tilldelning:
STATSBYGG
Tilldelningsnummer:
2024/1633

1. Buyer

1.1 Buyer

Official name : STATSBYGG
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 1105601 UiO Life Sciences user equipment K930.09 Automated workstation
Description : Statsbygg constructs the new Life Sciences Building (LVB) for the University of Oslo and Oslo University Hospital on behalf of the Ministry of Education and Research and South-East Health as the co-contracting authority. The building shall be the workplace for approx. 1,600 employees and 1,600 students. Start up for the excavation and ground work was the second quarter of 2019 and the planned completion is at the end of 2026. Various professional environments shall work multi-disciplinary here to develop new solutions for major challenges within health and sustainability with access to the best and most modern equipment required to carry out world class research, teaching and innovation.
Procedure identifier : 58b545da-7d6d-4dc1-8b4e-ebedebd78334
Internal identifier : 2024/1633
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : A robotised plate processing platform shall be procured for automation of a screening and detection system for different analyses and detection platforms that handle multiwell plates. Instrumentation integrated shall be available as free-standing instruments. There will be a mix of existing and new instruments that shall be integrated. This procurement uses the exclusionary provision in PPR § 7-9 (4), as it is clear that the climate and environmental requirements in the procurement will result in a better climate and environmental effect than the use of the award criteria. The climate impact identified for the procurement is connected to the extraction of raw materials for the production and production of the equipment and components thereof. The product requirement levels are at a level where, according to our knowledge and experience from the market, the market is very unlikely to be able to deliver products that, in a competition, can document a clearly better overall climate and environmental effect. Therefore, in order to reduce the climate and environmental impact of the procurement, there are requirements for the equipment ́s repairability and updates in accordance with the principles in the waste hierarchy. These requirements will extend the lifetime of the equipment and the following reduce the need for new equipment and the accompanying extraction and extraction of raw materials for production and production. Furthermore, there are clearly defined functionality requirements connected to upgrading options and the offered equipment ́s flexibility, which together are expected to have the effect that it will minimise, or even exclude, the need to replace the equipment with new equipment in order to achieve future functionality which is currently not available on the market. Statsbygg ́s assessment is therefore that in order to reduce the climate and environmental impact of this procurement, the exclusion provision in the Public Procurement Regulations § 7-9 (4), as it is clear that the use of climate and environmental requirements has a better climate and environmental effect than the use of the award criterion as described in PPR § 7-9 (2).

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

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 - 1105601 UiO Life Sciences user equipment K930.09 Automated workstation
Anskaffelsesforskriften - 1105601 UiO Life Sciences user equipment K930.09 Automated workstation

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 : 1105601 UiO Life Sciences user equipment K930.09 Automated workstation
Description : Statsbygg constructs the new Life Sciences Building (LVB) for the University of Oslo and Oslo University Hospital on behalf of the Ministry of Education and Research and South-East Health as the co-contracting authority. The building shall be the workplace for approx. 1,600 employees and 1,600 students. Start up for the excavation and ground work was the second quarter of 2019 and the planned completion is at the end of 2026. Various professional environments shall work multi-disciplinary here to develop new solutions for major challenges within health and sustainability with access to the best and most modern equipment required to carry out world class research, teaching and innovation.
Internal identifier : 2024/1633

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 12 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 relevant professional register
Description : Tenderers are required to have a legally established company.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient financial implementation ability. The size of the turnover, seen in relation to the contract value, can be emphasised.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have sufficient competence and capacity to fulfil the assignment. The contracting authority will assess this based on the documentation provided by the tenderer.

5.1.11 Procurement documents

Deadline for requesting additional information : 06/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254018635.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 16/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 183 Day
Information about public opening :
Opening date : 16/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : Precept

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristine Milner Carlsen
Telephone : 22954000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : f7fde0b9-e304-4fc7-8324-e929f5992ddd-01
Main reason for change : Information updated

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : ef793f39-2136-4ade-997f-5e1a70a12b20 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 05:45 +00:00
Notice dispatch date (eSender) : 07/05/2025 05:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00295511-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025