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, consulting and research in chemical, biological, radiological and nuclear areas
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of x-ray diffractometer
Reference number: 779-01
II.1.2)Main CPV code38000000 Laboratory, optical and precision equipments (excl. glasses)
II.1.3)Type of contractSupplies
II.1.4)Short description:
Equipment includes:
- X-Ray Diffractometer.
II.1.5)Estimated total valueValue excluding VAT: 2 920 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)38000000 Laboratory, optical and precision equipments (excl. glasses)
II.2.3)Place of performanceNUTS code: NO082 Viken
NUTS code: NO Norge
II.2.4)Description of the procurement:
Equipment includes:
- X-Ray Diffractometer
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: 2 920 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in days: 180
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 documentation that is necessary to evaluate if the requirements are met:
- A minimum of 20% of all employees working for the tenderer in the fields connected to this tender must be employed on a permanent basis;
- Valid Quality Management System compliant to the ISO 9001-2008 standard or other equivalent standard;
- Equipment must be certified in Tajikistan or the home country.
III.1.2)Economic and financial standingList and brief description of selection criteria:
List and brief description of selection criteria:
- The tenderer's questionnaire in the form in the appendix 'Tenderer's Questionnaire’ in the tender documentation, with supporting documents for the award criteria.
- Balance sheet documentation for the three previous years.
- Profit and loss accounting (P&L) for the last three years. If such documents are not legally required in the tenderer's country of origin, other financial insurances should be presented for the specific period.
- Confirmation of solvency
- Legal history for the last three years and any ongoing legal cases; the following documentation must include the parties in the court case, the case content, amounts involved and the judgements. Any minimum standard levels:
- The average of cash and / or cash equivalents at the beginning and end of the calendar year must be positive.
- Annual average turnover must exceed EUR 300,000.
- Tenderer must have implemented at least one contract for the supply of similar control and measuring instruments, with a cumulative budget of at least EUR 300 000, over the last three (3) years.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Information and documentation that is necessary to evaluate if the requirements are met:
- Detailed description of provisions.
- Technical proposals connected to the delivery of equipment and warranty services.
- Proposal for after-sale-services.
Any minimum standard levels:
- Documented sufficient personnel resources, qualified to operate the purchased equipment.
- 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: 15/12/2021
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: 15/12/2021
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:12/11/2021