Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityOther: private organization
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 isotope identification devices.
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: Bærums Verk.
NUTS code NO NORGE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Supply of five (5) isotope identification devices (gamma spectrometers).
II.1.6)Common procurement vocabulary (CPV) 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:
Five (5) isotope identification devices (gamma spectrometers).
Estimated value excluding VAT: 220 000 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 completionin days: 90 (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:
Upon delivery of the equipment: 100 % of the Contract price shall be paid to the Contractor against provision of Transportation documentation and 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: — 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 recognized equivalent, if any;
— Copies of documents attesting the certification of the proposed equipment in Ukraine.
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;
— Balance sheets for the previous 3 years;
— Profit and loss account (P and 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 litigation. 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;
— The average annual turnover of the Tenderer must exceed 100 000 EUR;
— A Tenderer should have implemented at least one (1) contract for the supply of personal protection equipment with a cumulative budget of at least 20 000 EUR over the last three (3) 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;
— 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;
— 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:
Isotope identification devices
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: 27.6.2016 - 00:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.7.2016 - 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.
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 tendersPersons 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:8.6.2016