Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityOther type: Private organisation
I.5)Main activityOther activity: International project management, consultancy, and research in chemical, biological, radiological, and nuclear matters
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of multifunctional survey meters for the detection of RN materials
Reference number: 781-02
II.1.2)Main CPV code38341600 Radiation monitors
II.1.3)Type of contractSupplies
II.1.4)Short description:
Supply of ten (10) multifunctional survey meters for the detection of RN materials (dosimeter-radiometer).
II.1.5)Estimated total valueValue excluding VAT: 586 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UA Ukraine
II.2.4)Description of the procurement:
Supply of ten (10) multifunctional survey meters for the detection of RN materials (dosimeter-radiometer).
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 valueValue excluding VAT: 586 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 120
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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:
Information 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.
- Copies of documents attesting the certification of the proposed equipment in Ukraine.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Information 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 50 000 EUR over the last three (3) years.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Information 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:
- Documented sufficient human resources whom are qualified as training personnel for the purchased equipment.
- Documented sufficient time resources to conduct effective training.
- Technical/technological resources and knowledge.
- Documented necessary experience.
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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 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.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/12/2021
Local time: 17:00
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 district court
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
VI.5)Date of dispatch of this notice:05/11/2021