Norway-Molde: Refuse-compaction vehicles has been closed on 15 Mar 2019. It no longer accepts any bids. For further information, you can contact the RIR Transport AS (919546018)
Bellow, you can find more information about this project:
Location: Norway
RIR Transport AS (919546018)
Transport & Logistics
Energy & Utilities
Closed
02 Aug 2019
15 Mar 2019
Not available
Ingunn Dynna Alm
+47 61318000
Contract notice
Supplies
Section I: Contracting authority
Internet address(es):
Main address: http://www.politiet.no
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/289530
Section II: Object
Framework Agreement for Respiratory Protective Devices
The products will be used by forensic scientists, first response personnel and custody officers, etc. for protection against hazardous fire gasses. The procurement consists of the following lots:
Lot 1: Fan Generators and Full Masks;
Lot 2: Filters for First Response Personnel;
Lot 3: Escape Apparatus;
Lot 4: Gas Meters and
Lot 5: Safety Helmets.
Fan Generators and Full Masks
JAREN
See section II.1.4
The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.
Filters for First Response Personnel
Jaren
See section II.1.4
The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 8 years.
Escape Apparatuses
See point II.1.4
The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.
Gas Metres
See point II.1.4
The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.
Protection Helmets
See point II.1.4
The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.
Section III: Legal, economic, financial and technical information
Tenderers must be registered in a company register, professional register or a trade register in the state where the tenderer is established.
Documentation requirements:
Norwegian companies: company registration certificate.
Foreign companies: verification showing that the company is registered in a company register, professional register or a trade register in the country where the tenderer is established.
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
Documentation requirement: a credit rating based on the most recent financial figures. The rating must be carried out by a credit rating company with a licence 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.
1) The tenderer must have experience from comparable assignments;
2) The tenderer must have a good and well-functioning quality assurance and quality management system for the services that are to be delivered;
3) The tenderer must have an environmental management system.
Documentation requirement:
1) Description of up to 3 of the tenderer’s most relevant/comparable assignments during the last 3 years. The assignment description must include a specification of the assignment value, assignment length and the recipient (name, phone number and email address.). The tenderer is responsible for documenting the assignment’ relevance through their description. Tenderers may do this by including documentation on the competence of the personnel that can be used for this project, including experience that has been acquired while the personnel was in the service of another employer;
2) The tenderer must submit documentation of their quality assurance and management system. The following documentation will be accepted: a certificate of the company's quality assurance system/quality management system, issued by independent bodies that confirm that the tenderer meets quality assurance standards in accordance with ISO 9001 or equivalent, or a description that as a minimum includes the company's procedures/routines for: deviation and claims management;
3) The tenderer must deliver 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
Section VI: Complementary information
Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/
Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/
Receive Daily Tenders and Grants notifications
Subscribe nowFeatured tenders
Enter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home pageEnter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home page