Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityOther: private organisation
I.3)Main activityOther: international project management, consultancy, and research in chemical, biological, radiological, and nuclear matters
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Mobile Automated Complex for the detection of radioactive and nuclear materials.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
Main site or location of works, place of delivery or of performance: Bærums Verk.
NUTS code NO NORGE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Supply of Mobile Automated Complex for the detection of radioactive and nuclear materials.
II.1.6)Common procurement vocabulary (CPV)38341600 Radiation monitors
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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:
Within the framework of the Contract, a Mobile Automated Complex will be purchased for the State Boarder Guard Service of Ukraine. It is intended for monitoring the illicit transfer of nuclear and radioactive materials at the border and customs areas of the Mukachyvskyi Border Detachment.
The Mobile Complex is to be equipped with a built-in system for detection of nuclear and radioactive materials and video monitoring equipment which records video fragments of the alarm-causing object and a saves the best frames for review. Ukrainian technical regulations are to be applied.
The scope of the contract will include manufacture, testing, delivery, personnel training, and warranty service.
Estimated value excluding VAT: 2 100 000 NOK
II.2.2)Information about optionsOptions: no
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: 005 (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:
Pre-financing guarantee issued by a reputable bank for the full amount of the pre-payment in the format given in the Annex ‘Pre-financing guarantee’. The Pre-financing guarantee issued on the document form provided by the bank is also acceptable. Performance guarantee issued by a reputable bank for five (5) percent of the contract price.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Advance payment: 50 % of the Contract price shall be paid to the Contractor against provision of a corresponding Pre-financing guarantee and Invoice from the Contractor.
Upon delivery of the equipment: 25 % of the Contract price shall be paid to the Contractor against provision of Transportation documentation and Invoice from the Contractor, after the date of delivery of the equipment to the Recipient‘s site.
Upon completion of the equipment commissioning and training of personnel: 25 % of the Contract price shall be paid to the Contractor against provision of Invoice from the Contractor after the date of signing the Certificate of acceptance by all the Parties.
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 conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: — The Tenderer shall submit an organization chart showing the proposed organization structure for the project.
— At least 20 % of all staff working for the Tenderer in the fields related to this tender must be permanent.
— A copy of certificate of compliance of Quality Management System with the ISO 9001-2008 standard or other internationally recognised equivalent, if any.
— Copies of documents attesting the certification of the proposed equipment in Ukraine and/or in other countries.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: — Tenderer‘s questionnaire in the format indicated in the Annex ‘Tenderer‘s questionnaire’ of the tender documents, with the supporting documents for award criteria.
— The average annual turnover of the Tenderer must exceed 400 000 EUR.
— Balance sheets for the previous 3 years.
— Profit and loss account (P&L) during the last 3 years. If such documents are not required by the legislation of the country of origin of the Tenderer, other financial statements for the specified period should be provided.
— Confirmation of solvency.
— The Tenderer‘s litigation history in the past 3 years and any present litigations: such documentations shall include the parties to the litigation, its subject-matter, involved amounts, and verdicts.
Minimum level(s) of standards possibly required: — The averages of cash and/or cash equivalents at the beginning and end of the year must be positive.
— A Tenderer should have implemented at least one Contract for the supply and commission of a Mobile Automated Complex, with a cumulative budget of at least 400 000 EUR over the last 5 years.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
— Compliance with the Contracting Authority‘s requirements to origin of goods.
— Detailed description of the supplies.
— Technical proposal related to the manufacture, testing, certification, packing, transportation, delivery, installation, commissioning, operator‘s workplace equipment, personnel training and warranty services.
— List of the manufacturer‘s recommended spare parts and consumables.
— Proposal for after-sales services.
Minimum level(s) of standards possibly required:
— Sufficient human resources whom are qualified as training personnel for the purchased equipment.
— Have available the appropriate certificates and licenses, confirming the right to Education.
— Sufficient time resources to conduct effective training.
— Technical/technological resources and knowledge.
— The necessary experience.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 dialogue
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 will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Avtale nr. 742, 07/07/2015
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 14.3.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate28.3.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
Other: Norwegian.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 29.3.2016 - 12:00
Place: Official name: Nordisk Sikkerhet AS
National registration number: 913 066 405
Postal address: Lommedalsveien 182
Town: Bærums Verk
Postal code: 1353
Country: Norway
For the attention of: Pavel Tishakov
Persons authorised to be present at the opening of tenders: no
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:25.2.2016