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 - 89782-2016

Display compact view

16/03/2016    S53

Norway-Bærums Verk: Radiation dosimeters

2016/S 053-089782

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Nordisk Sikkerhet AS
National registration number: 913066405
Postal address: Nedre Toppenhaug
Town: Bærums Verk
Postal code: 1353
Country: Norway
For the attention of: Pavel Tishakov
E-mail: pavel.tishakov@nordisksikkerhet.no
Telephone: +47 46501130

Internet address(es):

General address of the contracting authority: http://www.nordisksikkerhet.no

Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/55864

Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/141680

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Other: private organisation
I.3)Main activity
Other: international project management, consultancy, and research in chemical, biological, radiological, and nuclear matters
I.4)Contract award on behalf of other contracting authorities
The 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 RN material hand-held detectors and personal dosimeters.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
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)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Supply of twenty-eight (28) RN material hand-held detectors and forty-four (44) personal dosimeters.
II.1.6)Common procurement vocabulary (CPV)

38341200 Radiation dosimeters, 38341600 Radiation monitors

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Twenty-eight (28) RN material hand-held detectors and forty-four (44) personal dosimeters.
Estimated value excluding VAT: 780 000 NOK
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
in days: 090 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Gamma and neutron hand-held detectors
1)Short description
Twenty-eight (28) RN material hand-held detectors, intended for searching and localizing radioactive and nuclear materials during routine border monitoring.
2)Common procurement vocabulary (CPV)

38341600 Radiation monitors

3)Quantity or scope
Twenty-eight (28) RN material hand-held detectors.
Estimated value excluding VAT: 640 000 NOK
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Personal dosimeters
1)Short description
Forty-four (44) personal dosimeters, intended for monitoring the individual levels of radiation exposure of the border control unit personnel.
2)Common procurement vocabulary (CPV)

38341200 Radiation dosimeters

3)Quantity or scope
Forty-four (44) personal dosimeters.
Estimated value excluding VAT: 140 000 NOK
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

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:
Advance payment: 50 % of the Contract price shall be paid to the Contractor against provision of a corresponding Pre-financing guarantee and Invoice from the Contractor.
Upon delivery of the equipment: 50 % 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 conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: — The Tenderer shall submit an organization chart showing the proposed organization structure for the project.
— 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 and/or in other countries.
III.2.2)Economic and financial ability
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.
— The average annual turnover of the Tenderer must exceed 85 000 EUR.
— Balance sheets for the previous 3 years.
— Profit and loss account (P&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.
— A Tenderer should have implemented at least one contract for the supply of portable radiation monitoring equipment with a cumulative budget of at least 70 000 EUR over the last three (3) years.
III.2.3)Technical capacity
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.
— List of the manufacturer‘s recommended spare parts and consumables.
— 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.
— Have available the appropriate certificates and licenses, confirming the right to conduct education.
— 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 profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
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 criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Detectors and Dosimeters
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 1.4.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.4.2016 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The 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:
13.3.2016