Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Nuclear safety services [technical expert services for the sensitivity study of seismic hazard prediction in finland]
Finland

Purchaser: STUK - Radiation and Nuclear Safety Authority

25/09/2018 S184 - - Services - Contract notice - Open procedure
I.II.III.IV.VI.
Finland-Helsinki: Nuclear safety services

2018/S 184-416521

Contract notice

Services

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
STUK - Radiation and Nuclear Safety Authority
0245869-9
Laippatie 4
Helsinki
00880
Finland
E-mail: kilpailutus@hansel.fi
NUTS code: FI
Internet address(es):

Main address: https://www.stuk.fi/

I.2)
Information about joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://hanki.tarjouspalvelu.fi/hanki
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://hanki.tarjouspalvelu.fi/hanki?id=202213&tpk=f6ad3b88-a25d-4ed2-981f-6eaad4ae923f
I.4)
Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)
Main activity
General public services
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Technical expert services for the sensitivity study of seismic hazard prediction in Finland

Reference number: 25/2100/2018
II.1.2)
Main CPV code
98113100
II.1.3)
Type of contract
Services
II.1.4)
Short description:
The objective of this procurement is to procure expert consultant services to e.g. analyse sensitivity of PSHA studies in expert panels and to write corresponding conclusions based on co-operation with separated calculation team. The tasks are e.g. — review the site specific PSHA reports — identify topics and parameters which have major effects to the results in PSHAs — support STUK in definition of calculation cases for the sensitivity studies — study the results of the calculation cases and suggest further analyses if necessary — write the review report from the expertise point of view based on results of calculation cases — compile the common public report — other additional tasks related to PSHA review and sensitivity calculations — further expert services related to the panel's work and other expert services included or related to the fields of seismology, geology and seismic engineering Procurement is described in detail in Annex 1 and other annexes.

II.1.5)
Estimated total value
II.1.6)
Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)
Description
II.2.1)
Title:
Seismologist/Seismic hazard specialist

Lot No: 1
II.2.2)
Additional CPV code(s)
98113100
71312000
71335000
71351200
71621000
II.2.3)
Place of performance
NUTS code: FI
NUTS code: FIZ
II.2.4)
Description of the procurement:
The call for tenders and the procurement is divided into 2 lots. 1. Seismologist / Seismic Hazard Analyst 2. Seismic Engineer Tenderer can leave a tender for one or both of the lots. Procurement is described in detail in Annex 1 and other annexes.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 15/01/2019
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.2.12)
Information about electronic catalogues
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
The contract start date is an estimate. The contract will be in effect until further notice. Customer is entitled to terminate the Agreement during the term of the Agreement on a three (3) months’ notice. The term and termination of the Agreement is specified further in the chapters 4 and 22 and certain other clauses of the Agreement.

II.2)
Description
II.2.1)
Title:
Seismic Engineer

Lot No: 2
II.2.2)
Additional CPV code(s)
98113100
71312000
71335000
71351200
71621000
II.2.3)
Place of performance
NUTS code: FI
NUTS code: FIZ
II.2.4)
Description of the procurement:
The call for tenders and the procurement is divided into 2 lots. 1. Seismologist/ Seismic Hazard Analyst 2. Seismic Engineer Tenderer can leave a tender for one or both of the lots. Procurement is described in detail in Annex 1 and other annexes.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 15/01/2019
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.2.12)
Information about electronic catalogues
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
The contract start date is an estimate. The contract will be in effect until further notice. Customer is entitled to terminate the Agreement during the term of the Agreement on a three (3) months’ notice. The term and termination of the Agreement is specified further in the chapters 4 and 22 and certain other clauses of the Agreement.

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:
Stated in the procurement documents.

III.1.2)
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)
Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
III.2.2)
Contract performance conditions:
Stated in the procurement documents.

III.2.3)
Information about staff responsible for the performance of the contract
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.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
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.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 24/10/2018
Local time: 10:00
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 24/10/2018
Local time: 10:05
Information about authorised persons and opening procedure:
Opening is not a public event.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.1)
Review body
Markkinaoikeus
Radanrakentajantie 5
Helsinki
00520
Finland
Telephone: +358 295643300
E-mail: markkinaoikeus@oikeus.fi
Fax: +358 295643314
Internet address: http://www.oikeus.fi/markkinaoikeus

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
21/09/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.