Norway-Jaren: Police equipment

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Norway-Jaren: Police equipment
OJEU (High Value) 325017-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-25 12:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Politiets fellestjenester
National registration number: National registration number: 974 761 157
Postal address: Rognebakken 8
Town: Jaren
Postal code: 2770
Country: NO
Contact person: Ingunn Dynna Alm
Telephone: +47 61318000
E-mail: ingunn.dynna.alm@politiet.no
NUTS code: NO
Main address: http://www.politiet.no

Communication
I.3) Procurement documents
(URL):http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=274993&B=POLITIET

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=274993&B=POLITIET
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: MINISTRY

Main Activity
I.5.1) Main Activity: PUBLIC ORDER AND SAFETY

Section II: Object of Contract


Title:
Manual Break-in Tools

Reference number: 19/33460

II.1.4) Short description
The products to be procured are manual break-in tools for forced entry through various doors and windows, as well as entering vehicles. The framework agreement applies to the Norwegian Police, the Norwegian Police Security Service, and the Norwegian Armed Forces.

II.01) Estimated value excluding VAT:
NOK 6500000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: NO
II.2.3.2) Main site or place of performance:
Jaren.

II.1.4) Short description
See the above information.

II.2.5) Award criteria:

Value excluding VAT: NOK 6500000.00
II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The contract period is 2 years, with an option to extend for 1 year + 1 year so that the total possible contract length becomes 4 years.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
The contract period is 2 years, with an option to extend for 1 year + 1 year so that the total possible contract length becomes 4 years.

The scope of the procurement is estimated to approx. NOK 6.0 million. In addition, the Norwegian Armed Forces has an option for an expansion of the scope for NOK 0.5 million.

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Tenderers must be registered in a company register, professional register or a trade register in the country where the tenderer is established.

Documentation Requirements: Norwegian companies: Company Registration Certificate. Foreign companies: verification that the tenderer is registered in a company register, professional register or a trade register in the country where the tenderer is established.

III.1.2.3) List and brief description of selection criteria
Tenderers must have sufficient economic and financial capacity to fulfil the contract.

III.1.2.4) Minimum level(s) of standards possibly required
Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

Documentation requirement:

Credit rating based on the most recent accounting figures. The rating must be carried out by a credit rating company with a license to conduct this service.

If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the contracting authority deems suitable.

III.1.3.2) List and brief description of selection criteria
1) Tenderers must have experience from comparable assignments.

2) Tenderers must have a good and well-functioning quality assurance and management system for the services that will be provided.

3) Tenderers must have an environmental management system.

III.1.3.3) Minimum level(s) of standards possibly required
Documentation requirement:

1) A description of the tenderer's 3 most relevant/corresponding assignments for the previous 3 years (the description must be given in the annex reference assignments. The list must include a statement of the deliveries' value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to confirm relevance through the description. Tenderers can document the experience of the personnel that may be used for this project, including experience that has been acquired while the personnel was in the service of another employer. The contracting authority can also emphasise any of its own documented experience with relevant tenderers. The contracting authority can contact the stated references for verification.

2) Tenderers must submit documentation of their quality assurance and management system. The following documentation will be accepted:

Certificate of the company's quality system/management system, issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent,

Or a description that, as a minimum, comprises the company's procedures/routines for:·management of nonconformity and complaints, and the process from receipt and registration of orders until delivery to the client has occurred,

3) Tenderers must present documentation of their environmental management system. The following documentation will be accepted: Valid attestations/certificates issued by independent bodies (e.g. ISO 14001, EMAS, Eco Lighthouse or equivalent) or a description of the tenderer’s own environment management system. The description must as a minimum include an environmental policy and environmental goals.


Section IV: Procedure

IV.1.1) Type of procedure: Open
IV.1.3) The procurement involves the establishment of a framework agreement


IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-25
IV.2.2) Local time 12:00





IV.2.6) Tender must be valid until
2020-11-13
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-08-25
IV.2.7) Local time 12:00

Section V: Complementary information



Review body:
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: NO
Telephone: +47 22035200
E-mail: oslo.tingrett@domstol.no
URL: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/

Body responsible for mediation procedures
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: NO
Telephone: +47 22035200
E-mail: oslo.tingrett@domstol.no
URL: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/

VI.04.04) Service from which information about the review
Official name: Politiets fellestjenester (PFT)
Town: Jaren
Country: NO
E-mail: post.fellestjenester@politiet.no
URL: https://www.politiet.no/om/organisasjonen/andre/pft/

Section VI

Date of dispatch of this notice : 2020-07-07

CPV Codes
35200000; 43311000; Police equipment; Pile drivers;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.