Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Supplies - 569972-2021

08/11/2021    S216

Norway-Bærums Verk: Radiation monitors

2021/S 216-569972

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Nordisk Sikkerhet AS
National registration number: 913 066 405
Postal address: Lommedalsveien 230
Town: Bærums Verk
NUTS code: NO Norge
Postal code: 1353
Country: Norway
Contact person: Pavel Tishakov
E-mail: pavel.tishakov@nordisksikkerhet.no
Telephone: +47 46501130
Internet address(es):
Main address: www.nordisksikkerhet.no
Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/55864
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/167178
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: Private organisation
I.5)Main activity
Other activity: International project management, consulting and research in the chemical, biological, radiological and nuclear fields.

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Vehicle for radiation monitoring and post-detection activities

Reference number: 781-01
II.1.2)Main CPV code
38341600 Radiation monitors
II.1.3)Type of contract
Supplies
II.1.4)Short description:

One (1) vehicle for radiation monitoring and post-detection activities

II.1.5)Estimated total value
Value excluding VAT: 2 520 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UA Ukraine
II.2.4)Description of the procurement:

One (1) vehicle for radiation monitoring and post-detection activities

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 2 520 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 150
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

Information and documentation necessary to evaluate whether the requirements are met:

- At least 20% of all employees working for the tenderer in the fields associated with this tender must work in this project on a permanent basis.

- A valid quality system (ISO 9001-2008 or equivalent).

- Have the necessary certificates and licenses available for Ukraine and / or the EU.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

- Tenderer's questionnaire in the form in the appendix "Tenderer's questionnaire" in the tender basis, with supporting documents for award criteria.

- Balance sheet documentation for the three previous years.

- Income statement (P&L) for the last three years. If such documents are not required by the law of the provider's country of origin, other financial insurances for the specified period should be provided.

- Confirmation of solvency.

- Provider's litigation history for the last three years and any ongoing litigation: the following documentation shall include parties to litigation, the content of the case, the amounts involved, and the judgments.

Minimum standard levels required:

- The average of cash and / or cash equivalents at the beginning and end of the calendar year must be positive.

- The average annual turnover of the provider must exceed 200,000 Euros.

- A tenderer must have completed at least one contract for delivery of

vehicles for radiation monitoring and post-detection activities, or similar equipment, with a cumulative budget of at least 150,000 Euros over the last five (5) years.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Information and documentation necessary to evaluate whether the requirements are met:

- Compliance with the client's requirements in relation to the origin of goods.

- Detailed description of supplies.

- Technical proposals related to production, testing, primary metrological verification, packaging, shipping, delivery, training of personnel and warranty services.

- Suggestions for after-sales services.

- Compliance with the scope and language of the documents required with the delivery;

Minimum standard levels required:

- Documented sufficient personnel resources that are qualified to train personnel to operate purchased equipment.

- Proven sufficient time resources to carry out effective training.

- Technical / technological resources and knowledge.

Proven necessary experience.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/12/2021
Local time: 17:00
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:
English
IV.2.7)Conditions for opening of tenders
Date: 07/12/2021
Local time: 17:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo district court
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
VI.5)Date of dispatch of this notice:
03/11/2021