CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document:
Country: Norway
OJEU Ref: (2025/S 136-00471699/EN)
Nature of contract:

00471699-2025 – Competition
Norway – 38437000 – 25/02068 – Procurement of Detection multiplex reader with associated service agreement and framework agreement for consumables (FHI).
1. Buyer
1.1. Buyer
Official name: Folkhelseinsituttet
Legal type of the buyer: Public undertaking
Activity of the contracting authority: Health
2. Procedure
2. Procedure
2.1. Procedure
Title: 25/02068 – Procurement of Detection multiplex reader with associated service agreement and framework agreement for consumables (FHI).
Description: The Norwegian Institute of Public Health (NIPH) (hereinafter referred to as the “Customer”) intends to procure a multiplex protein detection system with dual-reporter fluorescence for immunological analyses, specifically for the simultaneous detection of multiple antiities isotypes and specificities within a single sample.  This investment aims to strengthen laboratory capacity in the areas of surveillance, preparedness, research, and the national vaccination program. The procurement includes a multiplex detection instrument along with accompanying software, installation, training kits, warranty, and long-term service and maintenance. A framework agreement for the future purchase of system-specific consumables and post-warranty maintenance services is also required. See appendix 4 chapter 2 for further information.  The instrument must support high-throughput immunological analyses with dual-reporter fluorescence. It should be compatible with existing Luminex/Bio-Rad-based workflows (e.g., Bio-Plex Manager 6.2) or similar solutions. This strategic investment is expected to improve operational efficiency, data integrity, and scientific output.
Procedure identifier: bc80ab40-0332-4c5e-b696-e70a0e37d67a
Internal identifier: 25/02068
Type of procedure: Open
The procedure is accelerated: false
2.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 38437000 Laboratory pipettes and accessories.
Additional classification (cpv):
33793000 Laboratory glassware. 51430000 Installation services of laboratory equipment. 73111000 Research laboratory services.
2.1.2 Place of performance
Town:
Postcode:
NUTS:
Country: Norway
2.1.3 Value
Estimated value excluding VAT: 5000000.00 NOK
Maximum value of the framework agreement: 5000000 NOK
2.1.4. General information
Legal basis: 32014L0024
2.1.6. Grounds for exclusion:
: 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.
: 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).
: 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).
: 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)
: 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.
: 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).
: 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.
: 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.
: 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.
: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
: 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?
: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
: 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?
: 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?
: 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?
: 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?
: 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?
: 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.
: 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.
: 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.
: 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.
: 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.
: 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: LOT-0000
Title: 25/02068 – Procurement of Detection multiplex reader with associated service agreement and framework agreement for consumables (FHI).
Description: The Norwegian Institute of Public Health (NIPH) (hereinafter referred to as the “Customer”) intends to procure a multiplex protein detection system with dual-reporter fluorescence for immunological analyses, specifically for the simultaneous detection of multiple antiities isotypes and specificities within a single sample.  This investment aims to strengthen laboratory capacity in the areas of surveillance, preparedness, research, and the national vaccination program. The procurement includes a multiplex detection instrument along with accompanying software, installation, training kits, warranty, and long-term service and maintenance. A framework agreement for the future purchase of system-specific consumables and post-warranty maintenance services is also required. See appendix 4 chapter 2 for further information.  The instrument must support high-throughput immunological analyses with dual-reporter fluorescence. It should be compatible with existing Luminex/Bio-Rad-based workflows (e.g., Bio-Plex Manager 6.2) or similar solutions. This strategic investment is expected to improve operational efficiency, data integrity, and scientific output.
5.1.1. Purpose
Main nature of the contract: supplies
Main classification (cpv): 38437000 Laboratory pipettes and accessories.
Additional classification (cpv): 33793000 Laboratory glassware. 51430000 Installation services of laboratory equipment. 73111000 Research laboratory services.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS):
Country: Norway
5.1.3. Estimated duration
5.1.5. Value
Estimated value excluding VAT: 5000000.00 NOK
Maximum value of the framework agreement: 5000000 NOK
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)
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: NOR
Electronic catalogue: Not allowed
Deadline for receipt of tenders: 19/08/2025 10:00:00
Information about public opening:
Opening date: 19/08/2025 10:00:00
Terms of contract:
Electronic invoicing: Required
Electronic ordering will be used: true
Electronic payment will be used: true
Information about review deadlines: 10 days after the award of contract.
5.1.15. Techniques
Framework agreement: Framework agreement, without reopening of competition
Information about the dynamic purchasing system: none
5.1.16. Further information, mediation and review
Review organisation: Oslo Tingrett
Organisation providing additional information about the procurement procedure: Norsk Helsenett SF
8. Organisations
8.1. ORG-0001
Official Name: Norsk Helsenett SF
Postal address: Abels gate 9
Town: TRONDHEIM
Postcode: 7030
Country: Norway
Contact: Avdeling anskaffelser
Email: anskaffelser@nhn.no
Tel: +47 24200000
8.1. ORG-0002
Official Name: Folkhelseinsituttet
Town: Oslo
Postcode: 0213
Country: Norway
Email: folkehelseinstituttet@fhi.no
Tel: 21 07 70 00
8.1. ORG-0003
Official Name: Oslo Tingrett
Town: Oslo
Postcode: 0301
Country: Norway
11. Notice information
11.1. Notice information
Notice identifier/version: 799dca70-2adb-4464-9749-62758b44e82e – 01
Notice type: Contract or concession notice – standard regime
Notice dispatch date: 09/07/2025 09:07:16
Languages in which this notice is officially available: ENG
11.2. Publication information
Notice publication number: 00471699-2025
OJ S issue number: 136/2025
Publication date: //

RELATED ARTICLES

August 25, 2025

Specialised Bus for Transporting Children with Limited Mobility

Type of document: Contract Notice Country: Ukraine 1. Title: SPECIALISED BUS FOR TRANSPORTING CHILDREN WITH LIMITED MOBILITY 2. Awarding Authority: Plan International Ukraine,

August 25, 2025

Emptying of Stone Trap - Very Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: EMPTYING OF STONE TRAP – VERY SHORT DEADLINE 2. Awarding Authority: Isle of