Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)Official name: THE NORWEGIAN DEFENCE MATERIEL AGENCY
Postal address: Grev Wedels plass 1
Town: OSLO
Postal code: 0151
Country: Norway
For the attention of: Daniel Liland
E-mail: dliland@mil.no
Telephone: +47 41765457
Internet address(es):
General address of the contracting authority/entity: https://forsvaret.no/forsvarsmateriell
Electronic access to information: https://permalink.mercell.com/193185098.aspx
Electronic submission of tenders and requests to participate: https://permalink.mercell.com/193185098.aspx
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.4)Contract award on behalf of other contracting authorities/entitiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: NORWEGIAN ARMED FORCES
Postal address: Grev Wedels plass 1
Town: 0151
Country: Norway
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
P2541 X-ray machines for the Norwegian Armed Forces - Prequalification
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code NO08 Oslo og Viken
II.1.3)Information on framework agreementThe notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementDuration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 49000000.00 NOK
II.1.5)Short description of the contract or purchase(s):
The Norwegian Defense Materiel Agency (NDMA) seek to procure mobile X-ray machines on behalf of the Norwegian Armed Forces (NAF). The purpose of this procurement is to maintain and bolster the medical capacity and capabilities of NAF. The x-ray machines will be used across the branches of the Armed Forces.
The procurement will comprise two phases: pre-qualification and a tender competition. Interested parties are welcome to submit an application to become Pre-Qualified for the tender competition.
The procurement process will be carried out in accordance with The Norwegian Defence and Security Procurement Regulations [Forsvars og sikkerhetsanskaffelser (FOSA)] §5-1.
If a candidate is rejected, they can submit an application for a temporary injunction to Oslo District Court, cf. FOSA § 10-6, within 15 calendar days, calculated from the date of the notice of rejection.
II.1.6)Common procurement vocabulary (CPV)33000000 Medical equipments, pharmaceuticals and personal care products, 33100000 Medical equipments, 33111000 X-ray devices, 33111600 Radiography devices, 33124200 Radiodiagnostic devices, 33190000 Miscellaneous medical devices and products
II.1.7)Information about subcontracting
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situation
III.2.2)Economic and financial ability
III.2.3)Technical and/or professional capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2022046974
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate24.2.2023 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates23.4.2023
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upOther Norwegian
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:24.1.2023