Popis poptávky
SECTION I: CONTRACTING AUTHORITY
I.1)
Official name and address of the contracting authority:
Universitetssykehuset Nord-Norge HF, Att: Helga Jentoft,
Postboks 43, N-9038 Tromso. Tel.: 77 62 71 59. Fax: 77
62 64 08. E-mail:
[email protected].
I.2)
Address from which further information can be obtained:
As in I.1.
I.3)
Address from which documentation may be obtained: As
in I.1.
I.4)
Address to which tenders/requests to participate must be sent:
As in I.1.
I.5)
Type of contracting authority: Body governed by
public law.
SECTION II: OBJECT OF THE CONTRACT
II.1)
Description
II.1.1)
Type of works contract:
II.1.2)
Type of supplies contract: Purchase.
II.1.3)
Type of service contract
II.1.4)
Framework agreement:
II.1.5)
Title attributed to the contract by the contracting authority:
Linear accelerators and simulators.
II.1.6)
Description/object of the contract: Tenders are
wanted for the following: -1 linear accelerator for the University
Hospital Nord-Norge HF in 2005. -1 linear accelerator for UNN in 2006 if
the board gives its approval. -1 linear accelerator for the Nordland
Hospital (NLSH) in 2006. -1 simulator or simulator-CT for NLSH in 2006.
-Tender for a system for integrating the existing digital system for
radiotherapy at UNN. -Equipment for checking the IMRT-field.
II.1.7)
Site or location of works, place of delivery or
performance:
II.1.8)
Nomenclature
II.1.8.1)
Common Procurement Vocabulary (CPV): 33100000.
II.1.8.2)
Other relevant nomenclature (CPA/NACE/CPC):
II.1.9)
Division into lots:
II.1.10)
Will variants be accepted:
II.2)
Quantity or scope of the contract
II.2.1)
Total quantity or scope:
II.2.2)
Options. Description and time when they may be exercised:
II.3)
Duration of the contract or time limit for completion:
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND
TECHNICAL INFORMATION
III.1)
Conditions relating to the contract
III.1.1)
Deposits and guarantees required: See the tender
documents.
III.1.2)
Main terms of financing and payment and/or reference to the
relevant provisions: See the tender documents.
III.1.3)
Legal form to be taken by the grouping of suppliers, contractors or
service providers to whom the contract is awarded:
III.2)
Conditions for participation
III.2.1)
Information concerning the personal situation of the contractor,
supplier or service provider and information and formalities necessary for
the evaluation of the minimum economic, financial and technical capacity
required: Tax and VAT certificate, not older than 6 months,
issued by the competent authority to the effect that the tenderer has
fulfilled his obligations relating to the payment of taxes, social
security contributions and VAT. Tax certificates are issued by the chief
municipal treasurer in the municipality where the supplier has their head
office and by the tax collector in the equivalent county.
III.2.1.1)
Legal position – means of proof required: Satisfy the
authorities registration requirements.Company certificate.
III.2.1.2)
Economic and financial capacity – means of proof required:
Have good solidity.The companys last annual report, as well
as recent information that is relevant for the companys accounting
figures.A statement of the undertakings overall turnover and its
turnover relevant to which the contract relates for the previous financial
years.
III.2.1.3)
Technical capacity – means of proof required: Have
sufficient competence to fulfil the contract.List of the principal
deliveries effected in the previous three years including the values,
dates and recipients.Samples, descriptions and/or prospects of the
products to be supplied.
III.3)
Conditions specific to services contracts
III.3.1)
Provision of the service is reserved to a specific
profession:
III.3.2)
Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract:
SECTION IV: PROCEDURE
IV.1)
Type of procedure: Open.
IV.1.1)
Candidates already selected:
IV.1.2)
Justification for the choice of accelerated procedure:
IV.1.3)
Previous publication concerning the same contract
IV.1.3.1)
Prior information notice concerning the same contract:
IV.1.3.2)
Other previous publications:
IV.1.4)
Envisaged number of suppliers which will be invited to
tender:
IV.2)
Award criteria: The most economically advantageous
tender in terms of:Criteria as stated in contract documents.
IV.3)
Administrative information
IV.3.1)
Reference number attributed to the file by the contracting
authority: 2504.
IV.3.2)
Conditions for obtaining contract document and additional
documents:
IV.3.3)
Time-limit for receipt of tenders or requests to participate:
1.3.2005. Time: 16:00.
IV.3.4)
Dispatch of invitations to tender to selected candidates:
IV.3.5)
Language or languages in which tenders or requests to participate
can be drawn up: Other(s) - third country: Norwegian.
IV.3.6)
Minimum time frame during which the tenderer must maintain its
tender: 4 months from the deadline stated for receipt of
tenders.
IV.3.7)
Conditions for opening tenders
IV.3.7.1)
Persons authorised to be present at the opening of tenders:
Not open to the public. Det vil ikke bli foretatt offentlig
apning av tilbudene.
IV.3.7.2)
Date, time and place:
SECTION VI: OTHER INFORMATION
VI.1)
Non-mandatory notice:
VI.2)
Indication whether this procurement is a recurrent one and the
estimated timing for further notices to be published:
VI.3)
The contract relates to a project/programme financed by EU
funds: No.
VI.4)
Additional information: Norsk lysingsblads
reference: 2004-00075.
VI.5)
Date of dispatch of this notice:
7.1.2005.
Kategorie poptávky, klasifikace