Procurement of outpatient radiological examinations, teleradiological investigations and a duty scheme.

Helse Nord invites tenderers to a competition. The aim is to contribute to ensuring that the region ́s population has access to outpatient radiological examinations. Radiological examinations shall be offered in Tromsø and Bodø. Teleradiological investigations and duty schemes shall contribute to increased capacity for the health authorities. Common for …

CPV: 85000000 Dienstleistungen des Gesundheits- und Sozialwesens, 85100000 Dienstleistungen des Gesundheitswesens, 85150000 Dienstleistungen im Bereich medizinische Bildverarbeitung
Frist:
6. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Procurement of outpatient radiological examinations, teleradiological investigations and a duty scheme.
Vergabestelle:
Helse Nord RHF
Vergabenummer:
2024/545

1. Buyer

1.1 Buyer

Official name : Helse Nord RHF

2. Procedure

2.1 Procedure

Title : Procurement of outpatient radiological examinations, teleradiological investigations and a duty scheme.
Description : Helse Nord invites tenderers to a competition. The aim is to contribute to ensuring that the region ́s population has access to outpatient radiological examinations. Radiological examinations shall be offered in Tromsø and Bodø. Teleradiological investigations and duty schemes shall contribute to increased capacity for the health authorities. Common for examinations and interpretations is that Helse Nord RHF wants examinations and interpretation of all common examinations and pictures in addition to specific such as children, muscle and skeleton, abdomen, thorax, rectum, pelvic, heart, mummy, mammography, CT heart etc.
Procedure identifier : ef05c0ac-e57a-405e-9462-49cced0e422b
Internal identifier : 2024/545
Type of procedure : Open
Main features of the procedure : The process will be carried out by initially assessing the requirements for suitability in the tender documentation point 4. The contracting authority reserves the right to request missing documentation. Helse Nord RHF will initially carry out one round of negotiations with suitable tenderers, where all parts of the tender can be subject to negotiations. The contracting authority reserves the right, if necessary, to carry out further rounds of negotiations. If there are any further negotiations, the contracting authority reserves the right to reduce the number of tenders prior to the negotiations, based on the stated award criteria. The negotiations can take place in the form of physical meetings, Teams meetings or through Mercell. The contracting authority ́s negotiations will not be seen as a rejection of the original tender, unless the play is clearly considered a rejection.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85150000 Medical imaging services
Additional classification ( cpv ): 85000000 Health and social work services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Outpatient radiological examinations shall be delivered centrally in Tromsø and Bodø due to accessibility to public communication. Teleradiological investigations and framework agreement teleradiological security guard stand-by anywhere.

2.1.3 Value

Estimated value excluding VAT : 331 800 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2

2.1.6 Grounds for exclusion

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.
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)
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).
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).
Child labour and 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).
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?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Outpatient radiological examinations
Description : Helse Nord RHF would like services on outpatient radiological examinations of the modalities magnetic resonance tomography (MR), computertomography (CT), ultrasound (UL) and conventional x-ray (RTG).
Internal identifier : 2024/545

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85150000 Medical imaging services
Additional classification ( cpv ): 85000000 Health and social work services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 241 800 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Latest submitted Annual Financial Statements, Annual Report and Auditor's Report to the Brønneøysund Register Centre and any new information of relevance to the tenderer's economic and financial situation. Any other document that substantises sufficient finances, e.g. by a parent company guarantee. C.f. the tender documentation point 4.3.1.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall have their tax and VAT affairs in order.
Description : Requirement: Tenderers shall have their tax and VAT affairs in order. Documentation: Norwegian tenderers shall enclose a VAT and tax certificate, which is not older than 6 months calculated from the deadline for submitting a tender. Any arrears shall be justified. Foreign tenderers must submit equivalent confirmation that government taxes and fees have been paid in the country where the tenderer has its registered place of business. c.f. the tender documentation point 4.2.4. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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 Norwegian tenderers shall enclose an updated Company Registration Certificate. Foreign tenderers shall enclose a certificate of registration in a professional register, trade register or business register as prescribed by the law of the country where the company is established. See the tender documentation point 4.2.1.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall not have owners or shareholders (with significant influence in the company's daily operations) who may have a conflict of impartiality with the health authorities in Helse Nord.
Description : Requirement: Tenderers shall not have owners or shareholders (with significant influence in the company's daily operations) who may have a conflict of impartiality with the health authorities in Helse Nord. Documentation: An updated list of owners with more than 5% interest in the company. For tenderers with foreign institutional owners, it is sufficient to state the name of the company that owns the shares at the tenderer, provided that the tenderer encloses a self-declaration that proves that the requirement is met. Cf. the tender documentation point 4.2.2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Executing personnel shall always have the authorisations and certifications required for the professional group or the speciality.
Description : Requirement: Executing personnel shall always have the authorisations and certifications required for the vocational group or the speciality. Documentation: Self-declaration stating that the tenderer always ensures that personnel have authorisations/certifications that the occupational group in question/speciality requires. Cf. the tender documentation point 4.4.2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers must have experience with deliveries of a comparable nature and scope to the offered services.
Description : Requirement: Tenderers must have experience with deliveries of a comparable nature and scope to the offered services. Documentation: Overview of relevant deliveries in the last three years, including the name of the contracting authority and the financial extent. C.f. the tender documentation point 4.4.1. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have certification for radiological activities, or document that approval is given if the contract is signed.
Description : Requirement: Tenderers shall have certification for radiological activity, or document that approval is given if the contract is signed. Documentation: Certification in accordance with the regulations on medical laboratories - and x-ray activities, FOR 2000-12-01 no. 1276, alternatively documentation showing that such is given. C.f. the tender documentation point 4.2.3. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/02/2025 23:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/247053847.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
Variants : Not allowed
Deadline for receipt of tenders : 06/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 163 Day
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten Tingrett

5.1 Lot technical ID : LOT-0002

Title : Teleradiological investigations and option - teleradiological duty preparedness and interpretation
Description : Helse Nord RHF would like services on teleradiologic interpretations of the health authorities ́ pictures within the modalities magnetic resonance tomography (MR), computer tomography (CT) and conventional x-ray (RTG). Teleradiological duty preparedness carried out by radiologists, including assessment of received referrals, prioritising and protocol setting surveys, as well as a description of surveys carried out in the modalities MR, CT and RTG.
Internal identifier : 2024/545

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85150000 Medical imaging services
Additional classification ( cpv ): 85100000 Health services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Latest submitted Annual Financial Statements, Annual Report and Auditor's Report to the Brønneøysund Register Centre and any new information of relevance to the tenderer's economic and financial situation. Any other document that substantises sufficient finances, e.g. by a parent company guarantee. C.f. the tender documentation point 4.3.1.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Tenderers shall have their tax and VAT affairs in order.
Description : Requirement: Tenderers shall have their tax and VAT affairs in order. Documentation: Norwegian tenderers shall enclose a VAT and tax certificate, which is not older than 6 months calculated from the deadline for submitting a tender. Any arrears shall be justified. Foreign tenderers must submit equivalent confirmation that government taxes and fees have been paid in the country where the tenderer has its registered place of business. c.f. the tender documentation point 4.2.4. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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 Norwegian tenderers shall enclose an updated Company Registration Certificate. Foreign tenderers shall enclose a certificate of registration in a professional register, trade register or business register as prescribed by the law of the country where the company is established. See the tender documentation point 4.2.1.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall not have owners or shareholders (with significant influence in the company's daily operations) who may have a conflict of impartiality with the health authorities in Helse Nord.
Description : Requirement: Tenderers shall not have owners or shareholders (with significant influence in the company's daily operations) who may have a conflict of impartiality with the health authorities in Helse Nord. Documentation: An updated list of owners with more than 5% interest in the company. For tenderers with foreign institutional owners, it is sufficient to state the name of the company that owns the shares at the tenderer, provided that the tenderer encloses a self-declaration that proves that the requirement is met. Cf. the tender documentation point 4.2.2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Executing personnel shall always have the authorisations and certifications required for the professional group or the speciality.
Description : Requirement: Executing personnel shall always have the authorisations and certifications required for the vocational group or the speciality. Documentation: Self-declaration stating that the tenderer always ensures that personnel have authorisations/certifications that the occupational group in question/speciality requires. Cf. the tender documentation point 4.4.2. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers must have experience with deliveries of a comparable nature and scope to the offered services.
Description : Requirement: Tenderers must have experience with deliveries of a comparable nature and scope to the offered services. Documentation: Overview of relevant deliveries in the last three years, including the name of the contracting authority and the financial extent. C.f. the tender documentation point 4.4.1. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have certification for radiological activities, or document that approval is given if the contract is signed.
Description : Requirement: Tenderers shall have certification for radiological activity, or document that approval is given if the contract is signed. Documentation: Certification in accordance with the regulations on medical laboratories - and x-ray activities, FOR 2000-12-01 no. 1276, alternatively documentation showing that such is given. C.f. the tender documentation point 4.2.3. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/02/2025 23:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/247053847.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
Variants : Not allowed
Deadline for receipt of tenders : 06/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 163 Day
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten Tingrett

8. Organisations

8.1 ORG-0001

Official name : Helse Nord RHF
Registration number : 883658752
Postal address : Moloveien 16
Town : BODØ
Postcode : 8003
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Contact point : Monica Staurbakk
Telephone : +47 75512900
Fax : +47 75512901
Internet address : http://www.helse-nord.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Salten og Lofoten Tingrett
Registration number : 826723122
Town : Bodø
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Telephone : 75434900
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 55183a1e-4b2d-4d80-be1f-348211ab2cba - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 28/01/2025 15:05 +00:00
Notice dispatch date (eSender) : 29/01/2025 08:02 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00066616-2025
OJ S issue number : 21/2025
Publication date : 30/01/2025