A radiation surveillance vehicle (NORDIM)

The subject of the procurement is a radiation surveillance vehicle to be used for field measurements of radiation and identification of source nuclides in a wide range of situations and environmental conditions in Ukraine. The contracting authority shall select one (1) supplier with whom it shall conclude a contract. Contract …

CPV: 38341000 Aparatura do mierzenia promieniowania, 34200000 Nadwozia pojazdów, przyczepy lub naczepy, 38341600 Monitory do śledzenia promieniowania
Termin:
4 kwietnia 2025 09:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
A radiation surveillance vehicle (NORDIM)
Miejsce udzielenia zamówienia:
The Radiation and Nuclear Safety Authority
Numer nagrody:
STUK 12/2100/2025

1. Buyer

1.1 Buyer

Official name : The Radiation and Nuclear Safety Authority
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : A radiation surveillance vehicle (NORDIM)
Description : The subject of the procurement is a radiation surveillance vehicle to be used for field measurements of radiation and identification of source nuclides in a wide range of situations and environmental conditions in Ukraine. The contracting authority shall select one (1) supplier with whom it shall conclude a contract. Contract period starts from the signature of the contract and shall remain in force until the contractual obligations have been fulfilled. The object of the procurement is described in more detail in this call for tenders and its annexes. Should the value of (the subject of) the procurement exceed the reserved budget, STUK reserves the right to withdraw from this purchase and reject all offers.
Procedure identifier : cfdcb097-f879-4c15-8dc1-4c474d0732ba
Internal identifier : STUK 12/2100/2025
Type of procedure : Open
The procedure is accelerated : yes
Justification for the accelerated procedure : The procurement will be retendered with an accelerated procedure. The previous tendering process had to be suspended because the requirements set for the vehicle chassis did not correspond to what was available on the market. The changes made to the requirements are minor and the timetable for the procurement is urgent. The procurement timetable is urgent because the contracting entity has an essential need to have the contract for the procurement target in effect by April 2025 at the latest. Compliance with the normal deadlines for open procedures as stipulated in Section 56 of the Procurement Act would be practically impossible in this procurement due to the urgency justified by the contracting entity as mentioned above.
Main features of the procedure : The procurement is subject to the Act on Public Procurement and Concession Contracts (1397/2016, Procurement Act).The contracting authority may suspend the procurement procedure in whole or in part for actual and justified reason (Section 125 of the Public Procurement Act). The tender and the requested certificates and attachments must be submitted in Finnish or English. PROCESSING OF TENDERS: The contracting authority: 1. Opens the tenders (the opening ceremony is not public) 2. Checks the requirements for the tenderer based on the information in the ESPD form and the tender form 3. Checks the compliance of the tenders with the call for tenders 4. Compares the tenders 5. Selects the best tender 6. Makes the procurement decision and the decision notification

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38341000 Apparatus for measuring radiation
Additional classification ( cpv ): 34200000 Vehicle bodies, trailers or semi-trailers
Additional classification ( cpv ): 38341600 Radiation monitors

2.1.2 Place of performance

Country : Ukraine
Additional information : See the call for tenders.

2.1.3 Value

Estimated value excluding VAT : 1 000 000 Euro

2.1.4 General information

Additional information : The minimum requirements for the object of the contract are described in more detail in Annex 1 Description of the object of the procurement and Annex 2 Specification. The procurement has not been divided into parts because dividing it into parts would not be justified in terms of the overall scope of the procurement and the comprehensive management of the procurement. The times indicated in the call for tenders are Finnish time.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : A radiation surveillance vehicle (NORDIM)
Description : The subject of the procurement is a radiation surveillance vehicle to be used for field measurements of radiation and identification of source nuclides in a wide range of situations and environmental conditions in Ukraine. The contracting authority shall select one (1) supplier with whom it shall conclude a contract. Contract period starts from the signature of the contract and shall remain in force until the contractual obligations have been fulfilled. The object of the procurement is described in more detail in this call for tenders and its annexes. Should the value of (the subject of) the procurement exceed the reserved budget, STUK reserves the right to withdraw from this purchase and reject all offers.
Internal identifier : STUK 12/2100/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38341000 Apparatus for measuring radiation
Additional classification ( cpv ): 34200000 Vehicle bodies, trailers or semi-trailers
Additional classification ( cpv ): 38341600 Radiation monitors

5.1.2 Place of performance

Country : Ukraine
Additional information : See the call for tenders.

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 1 000 000 Euro

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : The minimum requirements for the object of the contract are described in more detail in Annex 1 Description of the object of the procurement and Annex 2 Specification. The procurement has not been divided into parts because dividing it into parts would not be justified in terms of the overall scope of the procurement and the comprehensive management of the procurement. The times indicated in the call for tenders are Finnish time.

5.1.7 Strategic procurement

Social objective promoted : Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration in the business register
Description : See ESPD-form
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Reference
Description : The supplier shall have previous experience of supplying a vehicle equipped with high resolution spectrometric radiation detection equipment and software for the analysis of measurement data capable of nuclide identification. Only reference projects completed in 2016 or later will be considered in the call for proposals. See the call for tenders.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : The lowest total price
Description : The lowest total price.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 26/03/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Finnish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 04/04/2025 09:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 04/04/2025 09:05 +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 : yes
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

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus -

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : The Radiation and Nuclear Safety Authority
Registration number : 0245869-9
Postal address : Jokiniemenkuja 1
Town : Vantaa
Postcode : 01370
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : The Radiation and Nuclear Safety Authority / Procurements
Telephone : +358 9759881
Internet address : http://www.stuk.fi
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : fe425a2e-5aba-4954-b6fd-a72a59e3832d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/03/2025 10:20 +00:00
Notice dispatch date (eSender) : 17/03/2025 10:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00172299-2025
OJ S issue number : 54/2025
Publication date : 18/03/2025