Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Procurement of 4 Autoclaves
Reference number: 19/01121
II.1.2)Main CPV code33191110 Autoclaves
II.1.3)Type of contractSupplies
II.1.4)Short description:
The objective of the call for tenders is to purchase autoclaves that possess the qualities and systems that can in a cost-effective, flexible, user-friendly manner and with high safety destroy infectious waste in BSL-3 and BSL-4 laboratories.
There is a need to procure 4 through autoclaves with a separate steam generator in relation to the modernisation and co-localisation of the laboratories at the Norwegian Institute of Public Health.
See the requirement specifications for further details.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)33191000 Sterilisation, disinfection and hygiene devices
II.2.3)Place of performanceNUTS code: NO011 Oslo
II.2.4)Description of the procurement:
The objective of the call for tenders is to purchase autoclaves that possess the qualities and systems that can in a cost-effective, flexible, user-friendly manner and with high safety destroy infectious waste in BSL-3 and BSL-4 laboratories.
There is a need to procure 4 through autoclaves with a separate steam generator in relation to the modernisation and co-localisation of the laboratories at the Norwegian Institute of Public Health.
The laboratories that shall use the autoclaves belong to the area of infection control, environment and health, which is one of four areas at the Norwegian Institute of Public Health. The field includes work with preventing infectious diseases and reduce health damage caused by biological, chemical and physical factors in the environment. The Norwegian Institute of Public Health has a national responsibility for monitoring and counselling of infection control, responsibility for a number of reference functions in medical microbiology and has a central function in emergency preparedness related to infection control and environmental health care.
The laboratories where the autoclaves are used are connected to four departments/sections: virology, bacteriology, Infection control and vaccine and Infection control and emergency preparedness. The departments work with pathogens such as measles, mycobacteria, hepatitis and salmonella. The complete list of the reference function at the Norwegian Institute of Public Health can be found here: https://www.fhi.no/nettpub/veileder-for-mikrobiologiske-laboratorieanalyser/referansefunjoner/nasjonale-medisinsk-mikrobiologiske-referansefunksjoner/
The laboratories are situated in the first and second floor. Address: Lovisenberggata 6 in Oslo The new autoclaves shall be installed in these laboratories.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Various services related to the operation. See the requirement specifications.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Tenderers must be registered in a company register or trade register in the country where the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member countries can be required to fulfil other requirements in the mentioned annex.
Documentation requirements:
— Norwegian companies: company registration certificate.
— foreign tenderers: verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
Documentation requirement: this shall be documented with a credit rating based on the last known fiscal figures. The rating must be carried out by a credit rating company with a licence to conduct this service. If a tenderer has a justifiable reason for not presenting the requested documentation, verification of the economic and financial capacity can be accepted by presenting any other document the contracting authority considers suitable. If the legal applicant relies on another enterprise's capacity to meet the requirement for economic and financial position, this must also be verified by submitting the documentation mentioned above in addition to declaration of commitment where it is explicitly stated that the company jointly and severally guarantees the implementation of the contract.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Only for public goods deliveries: during the reference period, the supplier has performed the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to 3 years experience and can take experience from the period before the last 3 years into consideration.
Description of requirements/documentation: the supplier must be able to refer to previous deliveries of goods during the last 3 years.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 30/11/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/03/2021
IV.2.7)Conditions for opening of tendersDate: 30/11/2020
Local time: 12:10
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:27/10/2020