http://ted.europa.eu/udl?uri=TED:NOTICE:37721-2021:TEXT:EN:HTML&src=0&tabId=2
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Universitetet i Oslo
National registration number: 971 035 854
Postal address: Klaus Torgårds vei 3 Sogn Arena 4. etasje
Town: Oslo
NUTS code: NO011 Oslo
Postal code: 0372
Country: Norway
Contact person: Asle Andre Audestad Orseth
E-mail: a.a.a.orseth@admin.uio.no
Internet address(es):
Main address: http://www.uio.no
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: https://tendsign.no/doc.aspx?UniqueId=afozobfwmh&GoTo=Docs
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tendsign.no/doc.aspx?UniqueId=afozobfwmh&GoTo=Tender
I.4)Type of the contracting authorityNational or federal agency/office
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Personnel Protection Equipment and Protection Material for Laboratories
Reference number: ANSK-21-0030
II.1.2)Main CPV code18100000 Occupational clothing, special workwear and accessories
II.1.3)Type of contractSupplies
II.1.4)Short description:
The University of Oslo will sign a framework agreement with three tenderers for the delivery of personal protection equipment and protection material for work in laboratories. The tender replaces the announced tender ‘ANSK-0440-19 Personal Protective Equipment and protection material for laboratories’.
II.1.5)Estimated total valueValue excluding VAT: 4 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)18140000 Workwear accessories
18141000 Work gloves
18142000 Safety visors
18143000 Protective gear
33735000 Goggles
35113400 Protective and safety clothing
II.2.3)Place of performanceNUTS code: NO011 Oslo
II.2.4)Description of the procurement:
Replace the published tender ANSK-040-19 Personal protective equipment and protection material for laboratories.
A framework agreement for the assignment will be signed with three tenderers, provided that a sufficient number of suitable tenders are received. The assignments will be divided between the framework agreement parties in accordance with the division mechanism described in the contract. The framework agreement will be for 1-year. The contracting authority will have an option to extend the framework agreement for a further 3 years/1 + 1 + 1, to a total of maximum 4 years.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The contract can be extended annually, with a maximum duration of 4 years.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
The tenderer must be a legally established company and must be registered in a company register or trade register in the country where the tenderer is established.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The tenderer must have experience from similar assignments.
Tenderers must be certified for environmental management, in the form of EMAS, ISO 14001, or Miljøfyrtårn (Eco-lighthouse). Other certificates issued by bodies in other EEA countries can also be presented, provided that the tenderer can document that these are equivalent to EMAS or ISO 14001.
The tenderer must have a well functioning quality management system for the delivery, based on ISO 9001:2015 or equivalent certification based on relevant European standard series, which are certified by accredited bodies or equivalent certificates issued by bodies in other EEA states.
The tenderer must have good management and control with subcontractors performing the assignments in accordance with the terns in the contract.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedureNotice number in the OJ S: 2020/S 252-637977
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 23/02/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Swedish, Danish, English, Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 24/05/2021
IV.2.7)Conditions for opening of tendersDate: 23/02/2021
Local time: 12:01
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
Visma notice: https://opic.com/id/afozobfwmh
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Oslo tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:20/01/2021