Competition: Tracking system for sterile goods, Helgelandssykehuset HF Mo i Rana (option Mosjøen, Sandnessjøen), option finnmark hospital Kirkenes and Hammerfest.

The objective of the procurement is to enter into a contract for the procurement and maintenance of a tracing system for sterile goods for Helgeland Hospital, to the sterile central at the hospital in Mo i Rana. The other hospitals in Helgelandssykehuset HF, Sandnessjøen and Mosjøen shall have an option …

CPV: 72260000 Servicios relacionados con el software, 42965000 Equipo de procesamiento de la información, 42965100 Sistema de gestión de almacenes, 48000000 Paquetes de software y sistemas de información, 48430000 Paquetes de software de gestión de inventarios, 48612000 Sistema de gestión de base de datos, 48780000 Paquetes de software de gestión de sistemas, almacenamiento y contenido, 48782000 Paquetes de software de gestión de almacenamiento
Plazo:
11 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Competition: Tracking system for sterile goods, Helgelandssykehuset HF Mo i Rana (option Mosjøen, Sandnessjøen), option finnmark hospital Kirkenes and Hammerfest.
Organismo adjudicador:
SYKEHUSINNKJØP HF
Número de premio:
2024/25328

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 : Competition: Tracking system for sterile goods, Helgelandssykehuset HF Mo i Rana (option Mosjøen, Sandnessjøen), option finnmark hospital Kirkenes and Hammerfest.
Description : The objective of the procurement is to enter into a contract for the procurement and maintenance of a tracing system for sterile goods for Helgeland Hospital, to the sterile central at the hospital in Mo i Rana. The other hospitals in Helgelandssykehuset HF, Sandnessjøen and Mosjøen shall have an option for the purchase. The same applies to the Finnmark Hospital, the hospitals with hammerfest and Kirkenes locations. Only Helgeland Hospital Mo i Rana has been granted budgets currently. The procurement value for Mo i Rana, including four year maintenance is estimated to be 2.2 -2.5 mill. NOK 1,000,000 excluding VAT. If the options are triggered for the other hospitals, the value can be in order between 9-12mill, depending on the extent. The stated value is an estimate for information to the tenderer and is not binding for the future contract volume.
Procedure identifier : de2b15e9-7a78-4ea6-a01d-f93fd0578b31
Internal identifier : 2024/25328
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : See the "SSA-K_V Annex 1 Requirement Specifications", "Price Form", "Location of Equipment Mo i Rana" and "Overview of washing machines and autoclaves per location" - for further details.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 42965000 Information-processing equipment
Additional classification ( cpv ): 42965100 Warehouse management system
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48430000 Inventory management software package
Additional classification ( cpv ): 48612000 Database-management system
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48782000 Storage management software package

2.1.2 Place of performance

Postal address : Sjøforsgata 36
Town : Mo i Rana
Postcode : 8613
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information : Helgeland Hospital Mo i Rana Option; Helgeland Hospital Sandnessjøen and Helgeland Hospital Mosjøen. Option; The Finnmark Hospital Hammerfest (new hospital) and the Finnmark Hospital Kirkenes

2.1.2 Place of performance

Postal address : Kransvikveien 35, (nye Hammerfest sykehus)
Town : Hammerfest
Postcode : 9600
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information : Option for the Finnmark Hospital Hammerfest and the Finnmark Hospital Kirkenes)

2.1.3 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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).
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?
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-0000

Title : Competition: Tracking system for sterile goods, Helgelandssykehuset HF Mo i Rana (option Mosjøen, Sandnessjøen), option finnmark hospital Kirkenes and Hammerfest.
Description : The objective of the procurement is to enter into a contract for the procurement and maintenance of a tracing system for sterile goods for Helgeland Hospital, to the sterile central at the hospital in Mo i Rana. The other hospitals in Helgelandssykehuset HF, Sandnessjøen and Mosjøen shall have an option for the purchase. The same applies to the Finnmark Hospital, the hospitals with hammerfest and Kirkenes locations. Only Helgeland Hospital Mo i Rana has been granted budgets currently. The procurement value for Mo i Rana, including four year maintenance is estimated to be 2.2 -2.5 mill. NOK 1,000,000 excluding VAT. If the options are triggered for the other hospitals, the value can be in order between 9-12mill, depending on the extent. The stated value is an estimate for information to the tenderer and is not binding for the future contract volume.
Internal identifier : 2024/25328

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 42965000 Information-processing equipment
Additional classification ( cpv ): 42965100 Warehouse management system
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48430000 Inventory management software package
Additional classification ( cpv ): 48612000 Database-management system
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48782000 Storage management software package
Options :
Description of the options : tter implemented and approved delivery of the system, the maintenance contract shall apply for 2 years + option for 2 years. The contract will then be renewed automatically for 1 (one) year at a time, unless 3 (three) months notice is given by the Customer before the renewal date.

5.1.2 Place of performance

Postal address : Sjøforsgata 36
Town : Mo i Rana
Postcode : 8613
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information : Helgeland Hospital Mo i Rana Option; Helgeland Hospital Sandnessjøen and Helgeland Hospital Mosjøen. Option; The Finnmark Hospital Hammerfest (new hospital) and the Finnmark Hospital Kirkenes

5.1.2 Place of performance

Postal address : Kransvikveien 35, (nye Hammerfest sykehus)
Town : Hammerfest
Postcode : 9600
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Additional information : Option for the Finnmark Hospital Hammerfest and the Finnmark Hospital Kirkenes)

5.1.3 Estimated duration

Start date : 30/04/2025
Duration end date : 01/05/2031

5.1.5 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

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:
Use of this criterion : Not 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 : Economic and financial capacity
Description : Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. Sufficient economic and financial capacity means that the Tenderer fulfils the following requirements: . . . have profitable operation, positive cash flow in recent years, and positive equity and a credit rating equivalent to A or better, measured on AAA Soliditet's scale - or equivalent score from another reputable rating company. Documentation requirement: The contracting authority will evaluate the tenderer's fulfilment of the qualification requirement in the following manner: . . Latest submitted Annual Financial Statements with notes including auditor's report. · Income statement and/or balance sheet for the last six months if it is more than six months since the last annual report. · Credit report. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, the tenderer can prove its economic and financial capacity by any other document, including, for example, by a parent company guarantee, bank guarantee, etc. The contracting authority reserves the right to use a credit report from Bisnode in order to verify the economic and financial status.
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.
Use of this criterion : Not 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 : 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 : Technical and professional qualifications
Description : Qualification requirement: Tenderers shall have sufficient technical and professional qualifications, including human and technical resources and experience, to fulfil the contractual obligations. Tenderers are required to have sufficient professional qualifications from equivalent assignments, connected to the execution of such services and works. Equivalent assignments are seen as deliveries of equivalent deliveries of systems to the specialist health service. Documentation requirement: An overview of the most important goods deliveries or services that the tenderer has carried out in the last 5 years, together with information on the contracts ́ value, date of delivery or execution, and the name of the recipient. If necessary to ensure sufficient competition, the contracting authority can state that also documentation of relevant deliveries or services that the tenderer has carried out more than 5 years ago will be taken into consideration. Tenderers use/complete the annex "Svarskjema erfaring" ("Experience Response Form"). 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 : 04/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/241748931.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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 11/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Øst-Finnmark tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Øst-Finnmark tingrett
Organisation providing additional information about the procurement procedure : SYKEHUSINNKJØP HF
Organisation providing offline access to the procurement documents : SYKEHUSINNKJØP HF
Organisation receiving requests to participate : SYKEHUSINNKJØP HF
Organisation processing tenders : SYKEHUSINNKJØP HF

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Øst-Finnmark tingrett
Registration number : 916879067
Postal address : Kirkegata 22
Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Telephone : +47 78786450
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : 1408817f-d282-4681-9e75-5d708a6999a6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/03/2025 09:12 +00:00
Notice dispatch date (eSender) : 06/03/2025 10:53 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00149204-2025
OJ S issue number : 47/2025
Publication date : 07/03/2025