Primary standard for calibration of gas flow meter (pVTt system)

Procurement of primary standard for calibration of gas flow metres - pVTt system, including gas supply system. Procurement of primary standard for calibration of gas flow metres - pVTt system, including gas supply system.

CPV: 09123000 Gas natural, 24111600 Hidrógeno, 24111700 Nitrógeno, 24321111 Metano, 38420000 Instrumentos de medida del caudal, nivel y presión de líquidos y gases, 38425100 Manómetros (mecánica de fluidos), 38431100 Aparatos detectores de gas, 44612200 Depósitos de gas, 44162000 Canalizaciones, 45231112 Instalación de sistema de tuberías, 45231113 Trabajos de reinstalación de tuberías, 45333100 Trabajos de instalación de equipos reguladores de gas, 45333200 Trabajos de instalación de contadores de gas, 63121110 Servicios de almacenamiento de gas
Plazo:
14 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Primary standard for calibration of gas flow meter (pVTt system)
Organismo adjudicador:
Justervesenet
Número de premio:
2024/10599

1. Buyer

1.1 Buyer

Official name : Justervesenet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Primary standard for calibration of gas flow meter (pVTt system)
Description : Procurement of primary standard for calibration of gas flow metres - pVTt system, including gas supply system.
Procedure identifier : dddc25f1-2d1d-4e0b-ab75-7f2dcda5ca64
Internal identifier : 2024/10599
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38420000 Instruments for measuring flow, level and pressure of liquids and gases
Additional classification ( cpv ): 09123000 Natural gas
Additional classification ( cpv ): 24111600 Hydrogen
Additional classification ( cpv ): 24111700 Nitrogen
Additional classification ( cpv ): 24321111 Methane
Additional classification ( cpv ): 38425100 Manometers
Additional classification ( cpv ): 38431100 Gas-detection apparatus
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44612200 Gas tanks
Additional classification ( cpv ): 45231112 Installation of pipe system
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45333100 Gas regulation equipment installation work
Additional classification ( cpv ): 45333200 Gas meter installation work
Additional classification ( cpv ): 63121110 Gas storage services

2.1.2 Place of performance

Postal address : Fetveien 99
Town : Kjeller
Postcode : 2007

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the enforceable verdict been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies?<p>Corruption as defined in Article 3 of the convention on corruption, involving servicemen in the European Communities or in European Union member states (EUT C 195 of 25.6.1997, s. 1) and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.</p>
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not more than five years ago, or a rejection period set out directly in the judgement that still applies?<p> Participation in a criminal organisation as defined in Article 2 in article 2 of The Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating organised crime (EUT L 300 of 11.11.2008, p. 42)</p>
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?<p>Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?<p>White money or financing terrorism. defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).</p>
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the legally enforceable verdict been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies?<p>Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (EFT C 316 of 27.11.1995, p. 48).</p>
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?<p>Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?<p>Barneworks and other forms of human trafficking as defined in the judgement that still applies?<p>Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).</p>
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : If the tenderer: <p>a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, </p><p>b) failed to provide such information, </p><p>c) subject to immediately submitting the supporting documents that the contracting authority requests. or</p><p>d) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award?</p>
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?<p> Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.</p>

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Primary standard for calibration of gas flow meter (pVTt system)
Description : Procurement of primary standard for calibration of gas flow metres - pVTt system, including gas supply system.
Internal identifier : 2024/10599

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38420000 Instruments for measuring flow, level and pressure of liquids and gases
Additional classification ( cpv ): 09123000 Natural gas
Additional classification ( cpv ): 24111600 Hydrogen
Additional classification ( cpv ): 24111700 Nitrogen
Additional classification ( cpv ): 24321111 Methane
Additional classification ( cpv ): 38425100 Manometers
Additional classification ( cpv ): 38431100 Gas-detection apparatus
Additional classification ( cpv ): 44162000 Piping
Additional classification ( cpv ): 44612200 Gas tanks
Additional classification ( cpv ): 45231112 Installation of pipe system
Additional classification ( cpv ): 45231113 Pipeline relaying works
Additional classification ( cpv ): 45333100 Gas regulation equipment installation work
Additional classification ( cpv ): 45333200 Gas meter installation work
Additional classification ( cpv ): 63121110 Gas storage services

5.1.2 Place of performance

Postal address : Fetveien 99
Town : Kjeller
Postcode : 2007
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Sufficient financial capacity to fulfil the contract terms.
Description : See point 2.4 in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Companies must be registered in a company register or equivalent.
Description : See point 2.3 in the tender documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 14/10/2024 10:00 +00:00
Information about public opening :
Opening date : 14/10/2024 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Justervesenet
Registration number : 874761192
Postal address : Postboks 170
Town : Kjeller
Postcode : 2027
Country : Norway
Contact point : Alexander Roll
Telephone : +47 64848484
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Romerike og Glåmdal tingrett
Registration number : 926723863
Postal address : Postboks 393
Town : Lillestrøm
Postcode : 2001
Country : Norway
Telephone : +47 61992200
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 25273c7b-744a-4d62-ad4d-f8daa8216aea-01
Main reason for change : Information updated
Description : In order to ensure that the highest standards of quality are met, Justervesenet decides to allow more time to tender participants by moving the deadline to Monday the 14th of October at 12:00 CET.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : aa44c1dc-9425-479b-bf8d-a0b1487b5fd5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2024 08:37 +00:00
Notice dispatch date (eSender) : 02/09/2024 10:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00528404-2024
OJ S issue number : 171/2024
Publication date : 03/09/2024