Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)Official name: Rajavartiolaitos
National registration number: 0246003-5
Postal address: PL 3
Town: Helsinki
Postal code: FI-FI-00131
Country: Finland
Contact person: Rajavartiolaitos
E-mail: kilpailutukset@raja.fi
Internet address(es):
General address of the contracting authority/entity: http://www.raja.fi
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:
Official name: Rajavartiolaitos
National registration number: 0246003-5
Postal address: Vilhonvuorenkatu 6
Town: Helsinki
Postal code: FI-FI-00500
Country: Finland
Contact person: Rajavartiolaitos
E-mail: kilpailutukset@raja.fi
Internet address: https://raja.fi
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activityPublic order and safety
I.4)Contract award on behalf of other contracting authorities/entitiesThe 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:
Levynkantolaitteet varusteineen (plate carrier)
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Toimitukset ovat Rajavartiolaitoksen eri hallintoyksiköille Manner-Suomen alueella.
NUTS code FI1 Manner-Suomi
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Rajavartiolaitos pyytää ehdokkaita lähettämään osallistumishakemuksen Hilma-ilmoituskanavassa julkaistun osallistumishakemuspyynnön (hankintailmoituksen) ja sen liitteiden mukaisesti. Hankinnan kohteena ovat levynkantolaitteet Rajavartiolaitoksen käyttöön. Kyseessä on julkisista puolustus- ja turvallisuushankinnoista annetun lain (1531/2011, PUTU) 12 §:n mukainen EU-kynnysarvon ylittävä hankinta. Hankintamenettelynä käytetään PUTU-lain 3.1 §:n 9 kohdan rajoitettua menettelyä.
II.1.6)Common procurement vocabulary (CPV)35815100 Bullet-proof vests, 35000000 Security, fire-fighting, police and defence equipment, 35113400 Protective and safety clothing, 35815000 Garments for anti-ballistic protection
II.1.7)Information about subcontractingThe tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
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 renewals
II.3)Duration of the contract or time limit for completion
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:
Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situationCriteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
III.2.2)Economic and financial abilityCriteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
III.2.3)Technical and/or professional capacityCriteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
Minimum level(s) of standards possibly required
Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
Vaatimukset on kuvattu osallistumispyynnössä ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3 and maximum number 5
Objective criteria for choosing the limited number of candidates: Vaatimukset on kuvattu osallistumishakemusilmoituksessa ja sen liitteenä olevassa osallistumishakemuslomakkeessa.
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 no
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:
RVLDno-2020-2359
IV.3.2)Previous publication(s) concerning the same contract 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 participate18.5.2021 - 16:00
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 upFinnish.
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:1.4.2021