Back to tenders & grants page
Norway-Molde: Refuse-compaction vehicles
Receive Tenders like this by email

Norway-Molde: Refuse-compaction vehicles

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

General information

Donor:

RIR Transport AS (919546018)

Industry:

Transport & Logistics

Energy & Utilities

Status:

Closed

Timeline

Published:

02 Aug 2019

Deadline:

15 Mar 2019

Value:

Not available

Contacts

Name:

Ingunn Dynna Alm

Phone:

+47 61318000

Description

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Politiets fellestjenester (PFT)
974 761 157
Rognebakken 8
Jaren
2770
Norway
Contact person: Ingunn Dynna Alm
Telephone: +47 61318000
E-mail: [email protected]
NUTS code: NO

Internet address(es):

Main address: http://www.politiet.no

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/289530

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=230748&B=POLITIET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=230748&B=POLITIET
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Public order and safety

Section II: Object

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

Framework Agreement for Respiratory Protective Devices

Reference number: 201800518
II.1.2)Main CPV code
35000000
II.1.3)Type of contract
Supplies
II.1.4)Short description:

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.

II.1.5)Estimated total value
Value excluding VAT: 1 800 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Fan Generators and Full Masks

Lot No: 1
II.2.2)Additional CPV code(s)
35110000
II.2.3)Place of performance
NUTS code: NO
Main site or place of performance:

JAREN

II.2.4)Description of the procurement:

See section II.1.4

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 950 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.

II.2.12)Information about electronic catalogues
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:

Filters for First Response Personnel

Lot No: 2
II.2.2)Additional CPV code(s)
35110000
II.2.3)Place of performance
NUTS code: NO
Main site or place of performance:

Jaren

II.2.4)Description of the procurement:

See section II.1.4

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 200 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 8 years.

II.2.12)Information about electronic catalogues
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:

Escape Apparatuses

Lot No: 3
II.2.2)Additional CPV code(s)
35110000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:

See point II.1.4

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 250 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.

II.2.12)Information about electronic catalogues
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:

Gas Metres

Lot No: 4
II.2.2)Additional CPV code(s)
35110000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:

See point II.1.4

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 50 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.

II.2.12)Information about electronic catalogues
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:

Protection Helmets

Lot No: 5
II.2.2)Additional CPV code(s)
35110000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:

See point II.1.4

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 350 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement has a duration of 3 years, with an option to extend for 1 year, for a total duration of 4 years.

II.2.12)Information about electronic catalogues
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

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.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

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.

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

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.

III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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 procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 15/03/2019
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:
Danish, English, Norwegian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31/05/2019
IV.2.7)Conditions for opening of tenders
Date: 15/03/2019
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Politiets fellestjenester (PFT)
Jaren
Norway
E-mail: [email protected]

Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/

VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
Politiets fellestjenester (PFT)
Jaren
Norway
E-mail: [email protected]

Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/

VI.5)Date of dispatch of this notice:
06/02/2019

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more