Quick test equipment for micro biological NAT/PCR analyses.

The objective of the procurement is to procure quick testing equipment for microbiological NAT/PCR analyses. The procurement is divided into three sub-contracts, connected to different types of samples. Sub-contract 1: Tenders are wanted for 2 identical systems/equipment for detecting influenza viruses A-RNA, Influenza virus B-RNA, SARS-CoV-2-RNA and RSV-RNA by nucleic …

CPV: 38000000 Laboratorieutrustning, optisk utrustning och precisionsutrustning (exkl. glas)
Sista ansökningsdag:
9 juni 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Quick test equipment for micro biological NAT/PCR analyses.
Plats för tilldelning:
SYKEHUSINNKJØP HF
Tilldelningsnummer:
2025/43801

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 : Quick test equipment for micro biological NAT/PCR analyses.
Description : The objective of the procurement is to procure quick testing equipment for microbiological NAT/PCR analyses. The procurement is divided into three sub-contracts, connected to different types of samples. Sub-contract 1: Tenders are wanted for 2 identical systems/equipment for detecting influenza viruses A-RNA, Influenza virus B-RNA, SARS-CoV-2-RNA and RSV-RNA by nucleic acidamplifikation test (NAT). The two systems are intended to be placed in the Department of Medical Microbiology (AMM) and the Emergency Department. A sample volume of approx. 10,000 samples is expected per annum, in total at AMM and the Emergency Centre.  The sub-contract also includes systems/equipment for expanding capacity from 6 samples to 8 samples (Inf. A/B, RSV and SARS-CoV-2 by nucleic acidamplifikation test). Option for Bergen Regional Health Authority: The sub-contract includes an option for the delivery of equivalent quick test equipment to Helse Bergen HF. The estimated annual sample volume is 12,000 samples. Sub-contract 2: Tenders are wanted for a system/equipment for screening MRSA DNA directly from sample material for realtime PCR. A sample volume of approx. 1,200 samples is expected per annum.  Sub-contract 3: Tenders are wanted for a system/equipment for syndromeic testing for realtime PCR. The equipment shall be used for detecting nucleic acids from respiratory saws for detecting respiratory infection and nucleic acids from spinal fluid reagents for detecting meningitis/encephalitis. The annual expected sample volume is approx. 1,500 airway samples and 350 spinal fluid samples. Joint documents are available during the main competition. Documents that apply to each individual sub-contract, which shall be submitted by the tender deadline, can be found under the respective sub-contract.
Procedure identifier : ccd7a9d6-a140-49a5-8e7a-9e0ea8bb11cb
Internal identifier : 2025/43801
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The objective of the procurement is to procure quick testing equipment for microbiological NAT/PCR analyses. The procurement is divided into three sub-contracts, connected to different types of samples.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

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 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?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Sub-contract 1 - Quick test equipment for analyses of Inf. A/B, RSV and SARS-CoV-2
Description : Tenders are wanted for 2 identical systems/equipment for detecting influenza virus A-RNA, Influenza virus B-RNA, SARS-CoV-2-RNA and RSV-RNA for nucleic acidamplifikation test (NAT). The two systems are intended to be placed in the Department of Medical Microbiology (AMM) and the Emergency Department. A sample volume of approx. 10,000 samples is expected per annum, in total at AMM and the Emergency Centre.  The sub-contract also includes systems/equipment for expanding capacity from 6 samples to 8 samples (Inf. A/B, RSV and SARS-CoV-2 by nucleic acidamplifikation test). Option for Bergen Regional Health Authority: The sub-contract includes an option for the delivery of equivalent quick test equipment to Helse Bergen HF. The estimated annual sample volume is 12,000 samples. Tenderers are also requested to submit tenders for equipment dependent consumables for the equipment. The prices shall be filled in Annex 1 - Price Form, in the tab "Equipment dependent consumables", based on the stated estimated annual sample volumes. Note that the maximum value of the framework agreement can be up to 50% of the estimated consumption of consumables over the equipment ́s lifetime.
Internal identifier : 2025/49226

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

5.1.3 Estimated duration

Duration : 120 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. Minimum qualification requirements See the competition terms, point 5.2.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements See the competition terms, point 5.3.

5.1.11 Procurement documents

Deadline for requesting additional information : 29/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256026783.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 09/06/2025 10:05 +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 : Indre og Østre Finnmark tingrett -
Information about review deadlines : ..
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Quick testing equipment for screening MRSA.
Description : Tenders are wanted for systems/equipment for screening MRSA-DNA directly from sample material for realtime PCR. A sample volume of approx. 1,200 samples is expected per annum. Tenderers are also requested to submit tenders for equipment dependent consumables for the equipment. The prices shall be filled in Annex 1.2 - Price Form in the tab "Equipment dependent consumables", based on the stated estimated annual sample volumes. Note that the maximum value of the framework agreement can be up to 50% of the estimated consumption of consumables over the equipment ́s lifetime.
Internal identifier : 2025/49227

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

5.1.3 Estimated duration

Duration : 120 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. Minimum qualification requirements See the competition terms, point 5.2.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements See the competition terms, point 5.3.

5.1.11 Procurement documents

Deadline for requesting additional information : 29/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256026783.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 09/06/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : ..

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3 - Quick testing equipment for syndrome testing spinal and airway samples.
Description : Sub-contract 3: Tenders are wanted for a system/equipment for syndromeic testing for realtime PCR. The equipment shall be used for detecting nucleic acids from respiratory saws for detecting respiratory infection and nucleic acids from spinal fluid reagents for detecting meningitis/encephalitis. The annual expected sample volume is approx. 1,500 airway samples and 350 spinal fluid samples.
Internal identifier : 2025/49228

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

5.1.3 Estimated duration

Duration : 120 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. Minimum qualification requirements See the competition terms, point 5.2.
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements See the competition terms, point 5.3.

5.1.11 Procurement documents

Deadline for requesting additional information : 29/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256026783.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 09/06/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : ..

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Rogaland ( NO0A1 )
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 : 926 722 840
Postal address : Postboks 54
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 : 4a1b9152-1415-4f73-bd6e-2b7e5492c315 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 13:48 +00:00
Notice dispatch date (eSender) : 07/05/2025 14:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00301424-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025