Supply of protective gas masks and filters

Within a scope of international technical assistance project the State Border Guard Service (SBGS) of Ukraine will be supplied with modern protective gas masks and filters, which will improve its capabilities in localisation and action of illicit nuclear and radiological materials at the Ukrainian borders. Within a scope of international …

CPV: 35814000 Máscaras antigás
Prazo:
26 de Maio de 2025 às 15:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Supply of protective gas masks and filters
Local de premiação:
Nordisk Sikkerhet AS
Número do prémio:
149-01

1. Buyer

1.1 Buyer

Official name : Nordisk Sikkerhet AS
Legal type of the buyer : Organisation awarding a contract subsidised by a central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Supply of protective gas masks and filters
Description : Within a scope of international technical assistance project the State Border Guard Service (SBGS) of Ukraine will be supplied with modern protective gas masks and filters, which will improve its capabilities in localisation and action of illicit nuclear and radiological materials at the Ukrainian borders.
Procedure identifier : 5e3def26-f34e-46d6-a405-69e63c70d4bc
Internal identifier : 149-01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contract involves supply of:- Protective gas masks (including SPTA and carrying bag) – 3325 sets;- Filter-absorbing box of combined type – 3325 sets;- Training of the personnel;- Warranty service.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35814000 Gas masks

2.1.2 Place of performance

Country : Ukraine
Anywhere in the given country
Additional information : Kyiv, Ukraine

2.1.3 Value

Estimated value excluding VAT : 4 253 307 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has 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 been the subject of a conviction by final judgement for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. "
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has 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 been the subject of a conviction by final judgement 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? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Has 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 been the subject of a conviction by final judgement 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 convictions continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has 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 been the subject of a conviction by final judgement for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has 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 been the subject of a conviction by final judgement 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? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity. andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator 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 : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of digging professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Early termination, damages or other comparable sanctions : Has the economic operator 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 : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Payment of social security contributions : Has the economic operator breached its obligations related 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 : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations related 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 : Has 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 been the subject of a conviction by final judgement for terrorist offences or offences linked to terrorist activities, by conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions continues to be applicable? As defined in Articles 1 and 3 of council framework decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Supply of protective gas masks and filters
Description : Within a scope of international technical assistance project the State Border Guard Service (SBGS) of Ukraine will be supplied with modern protective gas masks and filters, which will improve its capabilities in localisation and action of illicit nuclear and radiological materials at the Ukrainian borders.
Internal identifier : 149-01

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35814000 Gas masks

5.1.2 Place of performance

Country : Ukraine
Anywhere in the given country
Additional information : Kyiv, Ukraine

5.1.3 Estimated duration

Duration : 90 Day

5.1.5 Value

Estimated value excluding VAT : 4 253 307 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : General yearly turnover
Description : Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average yearly turnover
Description : Its average yearly turnover for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows: Minimum level(s) of standards required
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Specific yearly turnover
Description : Its specific yearly turnover in the business area covered by the contract for the number of financial years required in the relevant notice, the procurement documents or the ESPD are as follows: Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Specific average turnover
Description : Its specific average yearly turnover in the business area covered by the contract for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows: Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Set up of economic operator
Description : In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date on which the economic operator was set up or started trading:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Professional risk indemnity insurance
Description : The insured amount in its professional risk indemnity insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Key financial figures
Description : With respect to financial key figures indicated in the notice or procurement documents, the supplier declares that the actual value(s) of the key figure(s) requested are as follows: Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates by independent bodies about quality assurance standards
Description : Will the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required quality assurance standards, including accessibility for disabled persons? Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates by independent bodies about environmental management systems or standards
Description : Will the economic operator be able to produce certificates drawn up by independent bodies that the economic operator complies with the required environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a relevant professional register
Description : It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For supply contracts: performance of deliveries of the specified type
Description : For public supply contracts only: During the reference period, the economic operator has delivered the following principal deliveries of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technicians or technical bodies for quality control
Description : It can call upon the following technicians or technical bodies, especially those responsible for quality control. For technicians or technical bodies not belonging directly to the economic operator's undertaking but on whose capacities the economic operator relies as set out under Part II, Section C, separate ESPD forms must be filled in. Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and measures for ensuring quality
Description : It uses the following technical facilities and measures for ensuring quality and its study and research facilities are as follows: Minimum level(s) of standards required
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Study and research facilities
Description : It uses the following study and research facilities:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Supply chain management
Description : It will be able to apply the following supply chain management and tracking systems when performing the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Allowance of checks
Description : For complex products or services to be supplied or, exceptionally, for products or services which are required for a special purpose: The economic operator will allow checks to be conducted on the production capacities or the technical capacity of the economic operator and, where necessary, on the means of study and research which are available to it and on the quality control measures? The check is to be performed by the contracting authority or, in case the latter consents to this, on its behalf by a competent official body of the country in which the supplier or service provider is established. Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Educational and professional qualifications
Description : The following educational and professional qualifications are held by the service provider or the contractor itself, and/or (depending on the requirements set out in the relevant notice or the procurement documents) by its managerial staff.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : The economic operator will be able to apply the following environmental management measures when performing the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of managerial staff
Description : The economic operator's number of managerial staff for the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average annual manpower
Description : The economic operator's average annual manpower for the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, plant or technical equipment
Description : The following tools, plant or technical equipment will be available to it for performing the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Subcontracting proportion
Description : The economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note that if the economic operator has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part, then please fill in a separate ESPD for such subcontractors, see Part II, Section C above. Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : For supply contracts: samples, descriptions or photographs without certification of authenticity
Description : For public supply contracts: The economic operator will supply the required samples, descriptions or photographs of the products to be supplied, which do not need to be accompanied by certifications of authenticity.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For supply contracts: samples, descriptions or photographs with certification of authenticity
Description : For public supply contracts: The economic operator will supply the required samples, descriptions or photographs of the products to be supplied and will provide certifications of authenticity where applicable.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For supply contracts: certificates by quality control institutes
Description : Can the economic operator provide the required certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to the technical specifications or standards, which are set out in the relevant notice or the procurement documents?
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 12/05/2025 15:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254204997.aspx

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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Pre-financing and Performance Guarantees Generally, the successful tenderer will be asked to provide the Performance guarantees of 5% of the amount of the Contract and the Pre-Financing Guarantee for the full amount of pre-payment at the signing of the Contract. The Contracting Authority reserves the right to waive the Pre-Financing Guarantee requirements, if the Contractor does not require the advance payment for the works. In this case, the Contractor bears responsibility to implement the contract using their own means. A 100% payment will be made to the contractor by the Contracting Authority upon the delivery and provisional acceptance of the goods. For a minor contract (≤ NOK 200,000), the Contracting Authority, depending on its assessment of the risks, may decide to waive the Performance Guarantee requirement. In this case, the deci-sion will take into consideration the tenderer's litigation history, available resources and means, previously implemented contracts, etc. Within twenty (20) calendar days after receipt of the Contract the successful tenderer shall sign the Contract and return it to the Contracting Authority along with a corresponding Pre-Financing and Performance Guarantees, if required. Where the successful tenderer fails to sign the Contract or furnish a corresponding Pre-Financing and Performance Guarantees, if required, within thirty (30) calendar days after the Letter of Ac-ceptance and receipt of the Contract, the Contracting Authority shall have the right to deem the award of zero and void. In the event of avoidance of the award of contract the Contract-ing Authority shall refer to the next successful tenderer.
Deadline for receipt of tenders : 26/05/2025 15:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 26/05/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : see attachments 1-11 for details
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : Joint venture or consortium.

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 : Oslo tingrett
Organisation providing more information on the review procedures : Nordisk Sikkerhet AS
Organisation receiving requests to participate : Nordisk Sikkerhet AS
Organisation processing tenders : Nordisk Sikkerhet AS

8. Organisations

8.1 ORG-0001

Official name : Nordisk Sikkerhet AS
Registration number : 913066405
Postal address : Lommedalsveien 230
Town : Bærums Verk
Postcode : 1353
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Pavel Tishakov
Telephone : +47 46501130
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f32ee806-7fed-4f9a-819e-ec5fb614d079 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/04/2025 08:35 +00:00
Notice dispatch date (eSender) : 08/04/2025 08:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00231417-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025