Back to tenders & grants page
Norway-Ålesund: Locksmith services Defence & Security Norway-Ålesund: Locksmith services
Receive Tenders like this by email

Norway-Ålesund: Locksmith services

Norway-Ålesund: Locksmith services has been closed on 17 Feb 2022. It no longer accepts any bids. For further information, you can contact the Ålesund kommune (920 415 288)

Bellow, you can find more information about this project: 

Location: Norway

General information

Donor:

Ålesund kommune (920 415 288)

Industry:

Defence & Security

Status:

Closed

Timeline

Published:

19 Jan 2022

Deadline:

17 Feb 2022

Value:

Not available

Contacts

Name:

Jonette Valaas Skare

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:30963-2022:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Ålesund kommune
National registration number: 920 415 288
Postal address: Keiser Wilhelms gate 11
Town: Ålesund
NUTS code: NO0A3 Møre og Romsdal
Postal code: 6003
Country: Norway
Contact person: Jonette Valaas Skare
E-mail: [email protected]
Internet address(es):
Main address: https://alesund.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tendsign.no/doc.aspx?UniqueId=afoayogobv&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=afoayogobv&GoTo=Tender
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Procurement - Locks, fittings, access control, and accompanying goods and services, 2022 (3).

Reference number: 22/387
II.1.2)Main CPV code
98395000 Locksmith services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of the contract is to meet the contracting authority's locks, fittings, access control, and accompanying goods and services, Tenderers must be able to deliver, assemble, and maintain all types of locks and fittings, as well as produce and deliver keys, etc. The tenderer must also be able to deliver, install and maintain goods and services related to locking systems and access control system (e.g., iLOQ and ARX including licences) as well as door automation, door closers and door pumps. The contracting authority needs a wide range of these goods and services. Assignments in this contract will mainly consist of the delivery and installation of locks and fittings for doors, the establishment and installation of lock systems and access control (ARX and ILocks), service assignments, and consultancy. Tenderers must be able to manage both planned/ordinary assignments and urgent assignments (critical or non-critical) situations that require a short response time.

II.1.5)Estimated total value
Value excluding VAT: 18 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:

Locks, fittings, access control and related goods and services, 2022 (3) - Part 1

Lot No: 1
II.2.2)Additional CPV code(s)
22457000 Entrance cards
44520000 Locks, keys and hinges
44521100 Locks
44521110 Door locks
44522200 Keys
44522400 Parts of locks
44523200 Mountings
II.2.3)Place of performance
NUTS code: NO0A3 Møre og Romsdal
Main site or place of performance:

PARTICIPANTS

Municipalities:

- Ålesund

- Sula

- Giske

- Fjord

Others:

-Bingsa Gjenvinning AS, including subsidaries

-ÅRIM AS

II.2.4)Description of the procurement:

The contracting authority intends to enter into a framework agreement with up to 3 (three) tenderers, provided that we receive a sufficient number of suitable tenders. The objective of the contract is to meet the contracting authority's locks, fittings, access control, and accompanying goods and services, Tenderers must be able to deliver, assemble, and maintain all types of locks and fittings, as well as produce and deliver keys, etc. The tenderer must also be able to deliver, install and maintain goods and services related to locking systems and access control system (e.g., iLOQ and ARX including licences) as well as door automation, door closers and door pumps. The contracting authority has a large and varied building stock, and therefore needs a broad range of such goods and

services. Assignments in this contract will mainly consist of the delivery and installation of locks and fittings for doors, the establishment and installation of lock systems and access control (ARX and ILocks), service assignments, and consultancy. Tenderers must be able to manage both planned/ordinary assignments and urgent assignments (critical or non-critical) situations that require a short response time.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 13 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The contract will be valid for 2 years from when it is signed, with an option for the contracting authority to extend the contract for 1+1 year.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

When required the contracting authorities carry out a number of maintenances in their buildings themselves, as well as service assignments that are called-off in accordance with the call-off mechanisms for this agreement Service / maintenance agreements shall therefore not be included in the tenderer's offered prices. However, there may be cases where the contracting authority considers it appropriate and necessary to have a separate service agreement for a specific assignment. A non-exclusive option is therefore included in this agreement, which the contracting authority can choose request and possibly include in each individual call-off. If the contracting authority requests this in a call-off, the tenderer is asked, in the verification of the order / tender for a mini-competition, to give as an option a price for a service agreement based on the content / scope of the specific assignment. A description of the service agreement must also be attached in such cases. It is voluntary if the tenderer choose to offer this in such a case, but this will be desirable where requested. Such service agreement shall not be inferior to what is normally available in the business for the type of delivery in question. Such a service agreement shall be valid for 5 years from the completion of delivery, including annual service inspections / supervisions - unless the contracting authority specifies something else in the specific call-off. Regardless of the call-off mechanism, a service agreement must always be considered as an option when requested. The contracting authority is not bound by the supplier's tender for the option, until the contracting authority in writing confirms that the option will be activated. The tenderer must send such confirmation to the tenderer, preferably before the start of the delivery, but no later than before completion of the delivery. The tenderer must have control over any such service agreements entered into during the agreement period and must on its own initiative contact the relevant contracting authority to agree on access and carry out annual services. The option will not be evaluated.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Locks, fittings, access control and related goods and services, 2022 (3) - Part 2

Lot No: 2
II.2.2)Additional CPV code(s)
22457000 Entrance cards
44520000 Locks, keys and hinges
44521100 Locks
44521110 Door locks
44522200 Keys
44522400 Parts of locks
44523200 Mountings
II.2.3)Place of performance
NUTS code: NO0A3 Møre og Romsdal
Main site or place of performance:

PARTICIPANTS

Municipalities:

- Ørsta

- Ulstein

- Sande

II.2.4)Description of the procurement:

The contracting authority wants by this invitation to tender to enter into a framework agreement with one tenderer. The objective of the contract is to meet the contracting authority's locks, fittings, access control, and accompanying goods and services, Tenderers must be able to deliver, assemble, and maintain all types of locks and fittings, as well as produce and deliver keys, etc. The tenderer must also be able to deliver, install and maintain goods and services related to locking systems and access control system (e.g., iLOQ and ARX including licences) as well as door automation, door closers and door pumps. The contracting authority has a diverse building stock, and therefore needs a broad range of such goods and

services. Assignments in this contract will mainly consist of the delivery and installation of locks and fittings for doors, the establishment and installation of lock systems and access control (ARX and ILocks), service assignments, and consultancy. Tenderers must be able to manage both planned/ordinary assignments and urgent assignments (critical or non-critical) situations that require a short response time.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 5 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The contract will be valid for 2 years from when it is signed, with an option for the contracting authority to extend the contract for 1+1 year.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

When required the contracting authorities carry out a number of maintenances in their buildings themselves, as well as service assignments that can be called-off against the agreement. Service / maintenance agreements shall therefore not be included in the tenderer's offered prices. However, there may be cases where the contracting authority considers it appropriate and necessary to have a separate service agreement for a specific assignment. A non-exclusive option is therefore included in this agreement, which the contracting authority can choose request and possibly include in each individual call-off. If the contracting authority requests this in a call-off, the tenderer is asked, in the verification of the order / tender for a mini-competition, to give as an option a price for a service agreement based on the content / scope of the specific assignment. A description of the service agreement must also be attached in such cases. It is voluntary if the tenderer choose to offer this in such a case, but this will be desirable where requested. Such service agreement shall not be inferior to what is normally available in the business for the type of delivery in question. Such a service agreement shall be valid for 5 years from the completion of delivery, including annual service inspections / supervisions - unless the contracting authority specifies something else in the specific call-off. A service agreement is always an option when requested. The contracting authority is not bound by the supplier's tender for the option, until the contracting authority in writing confirms that the option will be activated. The tenderer must send such confirmation to the tenderer, preferably before the start of the delivery, but no later than before completion of the delivery. The tenderer must have control over any such service agreements entered into during the agreement period and must on its own initiative contact the relevant contracting authority to agree on access and carry out annual services. The option will not be evaluated.

II.2.13)Information about European Union funds
The 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.1.2)Economic and financial standing
List and brief description of selection criteria:

- Tax and VAT certificate: Tenderers must have their tax, payroll tax and VAT payments in order, in accordance with the legislation.

- Credit rating: Sufficient financial capacity to fulfil the contract is required. A minimum requirement is that the tenderer is credit-worthy with a score of A in accordance with Bisnode AS using the service CreditPro, or that the tenderer has the financial capacity to implement the agreement, based on the contracting authority’s assessment in accordance with the attached documentation from tenderers. Newly established companies must have the financial capacity to implement the agreement.

Minimum level(s) of standards possibly required:

- Tax and VAT certificate: Norwegian tenderers: Tenderers must give consent in their tender to TendSign obtaining and the contracting authority getting information on the above-mentioned via Tendsign. After tenderers have submitted their tender in TendSign, they will receive a request from Altinn for consent to share the tax information. The consent is valid on an organisation level and is valid for three (3) months. If a tenderer does not give consent, the tenderer must attach a tax and VAT certificate. The certificate must not be older than 6 (six) months from the tender deadline. Any arrears or other irregularities must be justified. (Tenderers can obtain the electronic tax and VAT certificate themselves and immediately receive it by email.) Foreign tenderers: Tenderers who are not established in Norway can present equivalent documentation issued by the authorities in the country where the tenderer is established. The certificate shall preferably be translated into Norwegian, but it will also be accepted in Swedish, Danish and English.

- Credit rating: The Contracting Authority will carry out an assessment of the tenderer´s finances, through the company and accounting information system Bisnode AS (www.soliditet.no/creditcontrol) with the service CreditPro. The contracting authority is not accepting credit ratings from other company and accounting information systems than Bisnode AS with the service CreditPro so that the Tenderers can be assessed on equal terms. Tenderers can attach other necessary information with their tender if the tenderer is of the opinion that Bisnode/CreditPro will not provide an accurate picture of the financial situation. Newly established companies: Newly established companies who have not worked up a basis for a credit assessment must enclose a declaration from a bank or similar financial institution on the company´s financial and economic standing. This also applies to foreign tenderers.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

- Experience: The tenderer, or employees of the tenderer, are required to have experience from a minimum of 2 (two) relevant assignments of transfer values to this agreement in the last 3 (three) years. Relevant assignments means assignments that include both the delivery of goods and provision of the accompanying services connected to locks, fittings, and access control systems

Minimum one of the assignments must contain locks and fittings and associated services, and minimum one of the assignments must include access control systems and associated services, if both assignments do not include all these elements.

Each of these assignments must have a value of minimum NOK 100,000 excluding VAT.

- Master company in locksmithing: Tenderers are required to be a 'master company' in locksmithing, i.e., one or more of the tenderer's employees must have a valid master locksmith certificate.

Minimum level(s) of standards possibly required:

- Experience: Completed annex 'Leverandørens erfaring' ('Tenderer's Experience'), or equivalent documentation containing the same information.

It is the tenderer´s responsibility to substantiate relevance through the description.

- Master company in locksmithing: Copy of a master certificate or equivalent documentation confirming that the requirement is fulfilled.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 17/02/2022
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:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 18/05/2022
IV.2.7)Conditions for opening of tenders
Date: 17/02/2022
Local time: 12:30
Place:

Ålesund.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Møre og Romsdal tingrett
Town: Ålesund
Country: Norway
VI.5)Date of dispatch of this notice:
14/01/2022

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more