319832-2026 - Competition
Norway – Radiation monitors – Supply of a special purpose vehicle for radiation monitoring and post- detection activities
OJ S 90/2026 11/05/2026
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official nameNordisk Sikkerhet AS
Emailpavel.tishakov@nordisksikkerhet.no
Legal type of the buyerBody governed by public law
Activity of the contracting authorityPublic order and safety
2. Procedure
2.1.
Procedure
TitleSupply of a special purpose vehicle for radiation monitoring and post- detection activities
DescriptionWithin a scope of international technical assistance project the State Border Guard Service (SBGS) of Ukraine will be supplied with a new modern special purpose vehicle for radiation monitoring and post-detection activities for use in the northern border area of Ukraine, in proximity to the Chornobyl Nuclear Power Plant, in the Chornobyl Exclusion Zone.
Procedure identifier930fa261-984d-41d0-85f7-67eee04eff2a
Internal identifier156-02
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe contract involves supply of:- 1 special purpose vehicle for radiation monitoring and post-detection activities;- Training of personnel;- Warranty service.
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38341600 Radiation monitors
2.1.2.
Place of performance
CountryUkraine
Anywhere in the given country
Additional informationKyiv
2.1.3.
Value
Estimated value excluding VAT2 879 288,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften - Anskaffelsesforskriften
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionEuropean Single Procurement Document (ESPD)Procurement DocumentNotice
CorruptionHas 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.
FraudHas 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 financingHas 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 organisationHas 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 activitiesHas 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 beingsHas 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 lawHas 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 lawHas 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 lawHas 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 competitionHas the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconductIs 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 or obtained confidential information of this procedureCan 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, andd) 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 procedureIs 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 procedureHas 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 sanctionsHas 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 contributionsHas 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 taxesHas 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 suspendedAre 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.
BankruptcyIs 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 creditorsIs 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.
InsolvencyIs 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 liquidatorAre 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 lawIs 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.
5. Lot
5.1.
LotLOT-0000
TitleSupply of a special purpose vehicle for radiation monitoring and post- detection activities
DescriptionWithin a scope of international technical assistance project the State Border Guard Service (SBGS) of Ukraine will be supplied with a new modern special purpose vehicle for radiation monitoring and post-detection activities for use in the northern border area of Ukraine, in proximity to the Chornobyl Nuclear Power Plant, in the Chornobyl Exclusion Zone.
Internal identifier156-02
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 38341600 Radiation monitors
5.1.2.
Place of performance
CountryUkraine
Anywhere in the given country
Additional informationKyiv
5.1.3.
Estimated duration
Duration270 Days
5.1.5.
Value
Estimated value excluding VAT2 879 288,00 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)no
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
5.1.9.
Selection criteria
Sources of selection criteriaEuropean Single Procurement Document (ESPD)NoticeProcurement Document
CriterionAverage yearly turnover
Description of selection criterionIts average yearly turnover for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows: Minimum level(s) of standards possibly required

CriterionSpecific yearly turnover
Description of selection criterionIts specific yearly turnover in the business area covered by the contract for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows: Minimum level(s) of standards possibly required

CriterionSpecific average yearly turnover
Description of selection criterionIts specific average yearly turnover in the business area covered by the contract for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows: Minimum level(s) of standards possibly required

CriterionTechnicians or technical bodies for quality control
Description of selection criterionIt can call upon the following technicians or technical bodies, especially those responsible for quality control. For technicians or technical bodies not belonging directly to the economic operator's undertaking but on whose capacities the economic operator relies as set out under Part II, Section C, separate ESPD forms must be filled in. Minimum level(s) of standards possibly required

CriterionMeasures for ensuring quality
Description of selection criterionIt uses the following technical facilities and measures for ensuring quality and its study and research facilities are as follows: Minimum level(s) of standards possibly required

CriterionSubcontracting proportion
Description of selection criterionThe economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note that if the economic operator has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part, then please fill in a separate ESPD for such subcontractors, see Part II, Section C above. Minimum level(s) of standards possibly required

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionWill the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required quality assurance standards, including accessibility for disabled persons? Minimum level(s) of standards possibly required
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Deadline for requesting additional information01/06/2026 15:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://permalink.mercell.com/283284356.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/283284356.aspx
Languages in which tenders or requests to participate may be submittedEnglish
Electronic catalogueAllowed
VariantsNot allowed
Tenderers may submit more than one tenderNot allowed
Description of the financial guaranteeGenerally, the successful tenderer will be asked to provide the Performance guarantees of 5 % of the amount of the Contract and the Pre-Financing Guarantee for the full amount of pre-payment at the signing of the Contract. The Contracting Authority reserves the right to waive the Pre-Financing Guarantee requirements, if the Contractor does not require the advance payment for the works. In this case, the Contractor bears responsibility to implement the contract using their own means. A 100% payment will be made to the contractor by the Contracting Authority upon the delivery and provisional acceptance of the goods. For a minor contract (≤ NOK 200 000), the Contracting Authority, depending on its assessment of the risks, may decide to waive the Performance Guarantee requirement. In this case, the decision will take into consideration the tenderer’s litigation history, available resources and means, previously implemented contracts, etc. Within twenty (20) calendar days after receipt of the Contract the successful tenderer shall sign the Contract and return it to the Contracting Authority along with a corresponding Pre-Financing and Performance Guarantees, if required. Where the successful tenderer fails to sign the Contract or furnish a corresponding Pre-Financing and Performance Guarantees, if required, within thirty (30) calendar days after the Letter of Acceptance and receipt of the Contract, the Contracting Authority shall have the right to deem the award of contract null and void. In the event of avoidance of the award of contract the Contracting Authority shall refer to the next successful tenderer.
Deadline for receipt of tenders15/06/2026 15:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid4 Months
Information that can be supplemented after the submission deadline
No documents can be submitted later.
Information about public opening
Opening date15/06/2026 15:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Conditions relating to the performance of the contractSee attachments 1-11 for details.
A non-disclosure agreement is requiredyes
Electronic invoicingAllowed
Electronic ordering will be usedno
Electronic payment will be usedyes
Legal form that must be taken by a group of tenderers that is awarded a contractJoint venture or consortium
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationOslo District Court
Information about review deadlines: Notification of award to the successful tenderer (Provisional date) - 25.06.2026.
Organisation providing additional information about the procurement procedureNordisk Sikkerhet AS
Organisation providing more information on the review proceduresNordisk Sikkerhet AS
Organisation receiving requests to participateNordisk Sikkerhet AS
Organisation processing tendersNordisk Sikkerhet AS
8. Organisations
8.1.
ORG-0001
Official nameNordisk Sikkerhet AS
Registration number913066405
Postal addressLommedalsveien 230
TownBærums Verk
Postcode1353
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Contact pointPavel Tishakov
Emailpavel.tishakov@nordisksikkerhet.no
Telephone+47 46501130
Internet addresshttp://www.nordisksikkerhet.no/
Buyer profilehttp://www.nordisksikkerhet.no/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameOslo District Court
Registration number926725939
Townoslo
Postcode0164
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailoslo.tingrett@domstol.no
Telephone22 03 52 00
Roles of this organisation
Review organisation
Notice information
Notice identifier/version55660a2a-831a-481f-a8d4-d7da6f3c0b72  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date06/05/2026 12:08:11 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)06/05/2026 14:07:17 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number319832-2026
OJ S issue number90/2026
Publication date11/05/2026