Hopp til hovedinnhold
StartSøk og filter(25202) High resolution mass spectrometer and Preparative HPLC system
Konkurranse
Kunngjøring av konkurranse
Tildelt
Kunngjort i EØS

(25202) High resolution mass spectrometer and Preparative HPLC system

Anskaffelsens tidslinje (Beta)

Planlegging
0
Resultat
1

UIT needs to upgrade its current tandem high resolution mass spectrometer (HR-MS/MS) and preparative HPLC system (prep HPLC-MS). Tender requirements are set to allow the purchase of an HR- MS/MS solution and a prep HPLC-MS solution that can handle current workflows, but they must also be able to handle future demands. The tender includes a service agreement as an option. The contracting authority has a financial limit of MNOK 6,4 ex. VAT.   For more information, see "Part 2 Requirements specification"

Del 1: Kjøper

1.1 Kjøper

Offisielt navn

UiT Norges arktiske universitet

Juridisk type kjøper

Offentlig virksomhet

Oppdragsgivers virksomhet

Utdanning

Del 2: Prosedyre

2.1 Prosedyre

Tittel

(25202) High resolution mass spectrometer and Preparative HPLC system

Beskrivelse

UIT needs to upgrade its current tandem high resolution mass spectrometer (HR-MS/MS) and preparative HPLC system (prep HPLC-MS). Tender requirements are set to allow the purchase of an HR- MS/MS solution and a prep HPLC-MS solution that can handle current workflows, but they must also be able to handle future demands. The tender includes a service agreement as an option. The contracting authority has a financial limit of MNOK 6,4 ex. VAT.   For more information, see "Part 2 Requirements specification"

Prosedyreidentifikator

460e20ad-68da-40c0-ba28-ee33bc0399cc

Intern identifikator

ANSK-0060-25

Type prosedyre

Åpen

Hovedtrekkene i prosedyren

The competition is conducted in accordance with the Norwegian Public Procurement Act of 17th June 2016 No. 73 (LOA) with the corresponding regulation of 12th August 2016 No. 974 (FOA), and the provisions contained in the tender documents. The competition is conducted as an open tender after Part I and III of the regulations. Negotiations are prohibited. Potential vendors are expected to possess the necessary knowledge of the general public rules and regulations applicable to the public sector purchases in Norway and the EU. Any omission or mistake in any way whatsoever with reference to this does not give the vendor any right to an additional claim. Vendors prepare and deliver their requests for participation at their own expense and risk. The Contract authority thus assumes no financial responsibility for the invested effort or other costs in connection with the preparation of an application for participation or the participation in the competition as such.

2.1.1 Hensikt

Kontraktens art

Varer

Hoved klassifisering

Laboratorie-, optisk- og presisjonsutstyr (bortsett fra briller)

2.1.2 Sted for gjennomføring

Underenhet i land

Troms/Romsa/Tromssa (NO072)

Land

Norge

2.1.4 Generell informasjon

Direktiv 2014/24/EU

2.1.6 Grunnlag for avvisning

Sources of grounds for exclusion

Notice

Corruption

Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. "

Fraud

Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).

Money laundering or terrorist financing

Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).

Participation in a criminal organisation

Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).

Terrorist offences or offences linked to terrorist activities

Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

Child labour and including other forms of trafficking in human beings

Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).

Breaching of obligations in the fields of environmental law

Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.

Breaching of obligations in the fields of labour law

Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.

Breaching of obligations in the fields of social law

Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.

Agreements with other economic operators aimed at distorting competition

Has the economic operator entered into agreements with other economic operators aimed at distorting competition?

Grave professional misconduct

Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.

Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure

Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?

Conflict of interest due to its participation in the procurement procedure

Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?

Direct or indirect involvement in the preparation of this procurement procedure

Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?

Early termination, damages, or other comparable sanctions

Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?

Breaching obligation relating to payment of social security contributions

Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?

Breaching obligation relating to payment of taxes

Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?

Business activities are suspended

Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

Bankruptcy

Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

Arrangement with creditors

Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

Insolvency

Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

Assets being administered by liquidator

Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law

Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

Del 5: Delkontrakt

5.1 Delkontrakt LOT-0000

Tittel

(25202) High resolution mass spectrometer and Preparative HPLC system

Beskrivelse

UIT needs to upgrade its current tandem high resolution mass spectrometer (HR-MS/MS) and preparative HPLC system (prep HPLC-MS). Tender requirements are set to allow the purchase of an HR- MS/MS solution and a prep HPLC-MS solution that can handle current workflows, but they must also be able to handle future demands. The tender includes a service agreement as an option. The contracting authority has a financial limit of MNOK 6,4 ex. VAT.   For more information, see "Part 2 Requirements specification"

Intern identifikator

ANSK-0060-25

5.1.1 Hensikt

Kontraktens art

Varer

Hoved klassifisering

Laboratorie-, optisk- og presisjonsutstyr (bortsett fra briller)

5.1.2 Sted for gjennomføring

Underenhet i land

Troms/Romsa/Tromssa (NO072)

Land

Norge

5.1.3 Anslått varighet

Annen varighet

Ukjent

5.1.6 Generell informasjon

Reservert deltakelse

Ingen

Anskaffelsesprosjekt ikke finansiert med EU-midler.

5.1.9 Utvelgelseskriterier

Sources of selection criteria

Notice

Kriterium

Other economic or financial requirements

Beskrivelse

The supplier must have proper relations with regard to tax and value added tax. Documentation requirements: Certificate of payment for VAT, tax and social security contributions. Certificate issued by the competent authority of the Member State confirming that the supplier has fulfilled his obligations regarding the payment of VAT, taxes and social security contributions in the country in which the supplier / contractor belongs (Norwegian certificate of tax and VAT is common and ordered from the altar. no, RF-1507, formerly RF-1244) in accordance with the legal provisions in the country. The certificate must not be older than 6 months. This also applies to any subcontractors you need to fulfill the contract. In accordance with FOA Section 17-1 , the principal is not entitled to request the certificate if he has already received it. If you have submitted a tax certificate to the contracting authority and this is still valid at the time of submission of this competition, you are not required to deliver the certificate now. In this case, state when you have previously provided the certificate and to whom. You can still attach the certificate voluntarily if you wish.

Kriterium

Other economic or financial requirements

Beskrivelse

Requirements related to the supplier's financial and financial position: Economic capacity is required to complete this contract. Documentation requirements: The contracting authority will carry out an assessment of the economy through the company and accounting information system Proff Forvalt (www.forvalt.no). Offer submissions other information he considers relevant. The contracting authority reserves the right to obtain additional information about the provider's finances.

5.1.10 Tildelingskriterier

Kriterium

Type

Kostnad

Navn

Priser og kostnader

Beskrivelse

-

Category of award threshold criterion

Vekt (prosent, presis)

Tildelingskriterium - tallverdi

30

Kriterium

Type

Kvalitet

Navn

Produktkvalitet

Beskrivelse

-

Category of award threshold criterion

Vekt (prosent, presis)

Tildelingskriterium - tallverdi

20

Kriterium

Type

Kvalitet

Navn

Service

Beskrivelse

-

Category of award threshold criterion

Vekt (prosent, presis)

Tildelingskriterium - tallverdi

20

Kriterium

Type

Kvalitet

Navn

Klima og miljø

Beskrivelse

-

Category of award threshold criterion

Vekt (prosent, presis)

Tildelingskriterium - tallverdi

30

5.1.11 Anskaffelsesdokumenter

Frist for å be om tilleggsopplysninger

08.08.2025 00:00

Adresse på anskaffelsesdokumentene

https://tendsign.com/doc.aspx?MeFormsNoticeId=64235

5.1.12 Vilkår for anskaffelsen

Vilkår for innlevering

Elektronisk innlevering

Obligatorisk

Språk som anbud eller forespørsler om å delta kan sendes inn på

norsk

Elektronisk katalog

Tillatt

Frist for mottak av tilbud

18.08.2025 12:00

Frist til anbudet må være gyldig, Dag

91

Informasjon om offentlig åpning

Dato/klokkeslett

18.08.2025 12:01

Sted

Tromsø

Vilkår for kontrakt

Gjennomføringen av kontrakten skal skje innenfor rammen av programmer for vernet sysselsetting

Nei

Elektronisk fakturering

Obligatorisk

5.1.15 Teknikker

Rammeavtale

Ingen/nei

Informasjon om den dynamiske innkjøpsordningen

Ingen

5.1.16 Nærmere informasjon, mekling og revisjon

Virksomhet som gjennomfører klagebehandling

Nord-Troms og Senja tingrett -

Informasjon om tidsfrister for gjennomgang

-

Virksomhet som gir mer informasjon om klagebehandling

UiT Norges arktiske universitet -

Del 8: Virksomheter

8.1 ORG-0001

Offisielt navn

UiT Norges arktiske universitet

Registreringsnummer

970422528

Departement

Innkjøp

Postadresse

Postboks 6050 Langnes

By

Tromsø

Postnummer

9037

Underenhet i land

Troms/Romsa/Tromssa (NO072)

Land

Norge

Kontaktpunkt

Tor Kristian Kristiansen

E-post

tor.kristian@innkjopskontoret.no

Telefon

+47 77 64 40 00

Internett-adresse

http://uit.no

Rollene til denne virksomheten

8.1 ORG-0002

Offisielt navn

Nord-Troms og Senja tingrett

Registreringsnummer

926 723 022

Postadresse

Postboks 2510

By

Tromsø

Postnummer

9270

Underenhet i land

Troms/Romsa/Tromssa (NO072)

Land

Norge

E-post

tntspost@domstol.no

Telefon

77 60 34 00

Rollene til denne virksomheten

Kunngjøringsinformasjon

Varselidentifikator/-versjon

917613a8-0eb1-4f6c-a99b-f9222ff9e2e8 01

Type skjema

Konkurranse

Type varsel

Melding om kontrakt eller konsesjon – standardregime

Varsel utsendelsesdato

30.06.2025 12:48

Varsel om utsendelsesdato (eSender)

30.06.2025 13:01

Språk der denne kunngjøringen er offisielt tilgjengelig

norsk, English

UiT Norges arktiske universitet

Referanse
2025-110363
Kunngjøringsdato
01.07.2025
Estimert verdi
Ikke angitt
Utførelsessted
Troms/Romsa/Tromssa
Type kunngjøring
Kunngjøring av konkurranse
Hovedaktivitet
Utdanning

Kategori (CPV)

Konkurransedokumenter

Se alle dokumenter tilhørende konkurransen i oppdragsgiverens støtteverktøy

Gå til dokumenter