|
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
Radiation monitors [data panels and detection units for automatic radiation monitoring of the environment (gamma radiation background)]
Norway
Purchaser: Nordisk Sikkerhet AS
14/02/2019 S32 - - Supplies - Contract notice - Open procedure I.II.III.IV.VI. Norway-Bærums Verk: Radiation monitors
2019/S 032-073124
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Nordisk Sikkerhet AS 913 066 405 Lommedalsveien 230, bygg 4B Bærums Verk 1353 Norway Contact person: Pavel Tishakov Telephone: +47 46501130 E-mail: pavel.tishakov@nordisksikkerhet.no NUTS code: NO Internet address(es):
Main address: https://www.nordisksikkerhet.no/
Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/55864
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://kgv.doffin.no/ctm/Supplier/Documents/Folder/163616 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, consultancy, and research in chemical, biological, radiological, and nuclear matters Section II: Object
II.1) Scope of the procurement II.1.1) Title: Turnkey Supply of Data Panels and Detection Units for Automatic Radiation Monitoring
Reference number: DPDU2019 II.1.2) Main CPV code 38341600 II.1.3) Type of contract Supplies II.1.4) Short description: Supply, mounting and installation of five (5) sets of data panels and detection units for automatic radiation monitoring of the environment (gamma radiation background).
II.1.5) Estimated total value Value excluding VAT: 93 500.00 NOK II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) II.2.3) Place of performance NUTS code: NO II.2.4) Description of the procurement: Supply, mounting and installation of five (5) sets of data panels and detection units for automatic radiation monitoring of the environment (gamma radiation background).
II.2.5) Award criteria Criteria below Price II.2.6) Estimated value Value excluding VAT: 93 500.00 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.2.12) 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 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 formalities necessary for evaluating if the requirements are met:
— at least 20 % of all staff working for the tenderer in fields related to this contract are permanent,
— a tenderer and his subcontractor(s), if any, should have a valid Quality Management System compliant to the ISO 9001-2008 standard or other equivalent standard,
— the proposed equipment should be certified in Ukraine.
III.1.2) Economic and financial standing List 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 50 000 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 20 000 EUR over the last three (3) years.
III.1.3) Technical and professional ability List 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.
III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.2) Contract performance conditions: 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: no 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: 21/03/2019 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 tender Duration in months: 4 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 21/03/2019 Local time: 17:00 Place: Nordisk Sikkerhet AS, Lommedalsveien 230, bygg 4B, Bærums Verk, 1353, Norge.
Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body Nordisk Sikkerhet AS Baerums Verk Norway 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: 11/02/2019
http://ted.europa.eu/, TED database, © European Communities, 1995-2019.
|
|