Back to tenders & grants page
Norway-Oslo: Advertising material Paper, Wood & Furniture Norway-Oslo: Advertising material
Receive Tenders like this by email

Norway-Oslo: Advertising material

Norway-Oslo: Advertising material has been closed on 22 Oct 2021. It no longer accepts any bids. For further information, you can contact the Politiets fellestjenester (974 761 157)

Bellow, you can find more information about this project: 

Location: Norway

General information

Donor:

Politiets fellestjenester (974 761 157)

Industry:

Paper, Wood & Furniture

Status:

Closed

Timeline

Published:

14 Sep 2021

Deadline:

22 Oct 2021

Value:

Not available

Contacts

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:464848-2021:TEXT:EN:HTML&src=0&tabId=2

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Politiets fellestjenester
National registration number: 974 761 157
Postal address: Fridtjof Nansens vei 14
Town: OSLO
NUTS code: NO Norge
Postal code: 0369
Country: Norway
Contact person: Nicholas Starr Soltvedt
E-mail: [email protected]
Telephone: +47 61318000
Internet address(es):
Main address: http://www.politiet.no
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=308118&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=308118&B=POLITIET
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=308118&B=POLITIET
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:

Procurement of profiling articles and printed matter

Reference number: PFT21/70424
II.1.2)Main CPV code
22462000 Advertising material
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Norwegian Police Shared Services (Norwegian abbreviation: PFT), henceforth referred to as the contracting authority, shall enter into a framework agreement for the procurement of Profiling Articles (Lot 1) and Printed matter (Lot 2) for the entire Norwegian Police and the Norwegian Police Security Service (Norwegian: Politiets sikkerhetstjeneste).

II.1.5)Estimated total value
Value excluding VAT: 11 400 000.00 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:

Profiling articles

Lot No: 1
II.2.2)Additional CPV code(s)
18530000 Presents and rewards
22000000 Printed matter and related products
22458000 Bespoke printed matter
22900000 Miscellaneous printed matter
39294100 Information and promotion products
II.2.3)Place of performance
NUTS code: NO Norge
Main site or place of performance:

OSLO

II.2.4)Description of the procurement:

Norwegian Police Shared Services (Norwegian abbreviation: PFT), henceforth referred to as the contracting authority, shall enter into a framework agreement for the procurement of Profiling Articles (Lot 1) and Printed matter (Lot 2) for the entire Norwegian Police and the Norwegian Police Security Service (Norwegian: Politiets sikkerhetstjeneste).

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
II.2.6)Estimated value
Value excluding VAT: 4 100 000.00 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 contracting authority has the option to extend the contract on verbatim terms for one year + one year so that the total possible contract length is four years.

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

The contracting authority has the option to extend the contract on verbatim terms for one year + one year so that the total possible contract length is four years.

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:

Printed matter

Lot No: 2
II.2.2)Additional CPV code(s)
18530000 Presents and rewards
22000000 Printed matter and related products
22458000 Bespoke printed matter
22900000 Miscellaneous printed matter
39294100 Information and promotion products
II.2.3)Place of performance
NUTS code: NO Norge
II.2.4)Description of the procurement:

Norwegian Police Shared Services (Norwegian abbreviation: PFT), henceforth referred to as the contracting authority, shall enter into a framework agreement for the procurement of Profiling Articles (Lot 1) and Printed matter (Lot 2) for the entire Norwegian Police and the Norwegian Police Security Service (Norwegian: Politiets sikkerhetstjeneste).

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
II.2.6)Estimated value
Value excluding VAT: 7 300 000.00 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 contracting authority has the option to extend the contract on verbatim terms for one year + one year so that the total possible contract length is four years.

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

The contracting authority has the option to extend the contract on verbatim terms for one year + one year so that the total possible contract length is four years.

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:

Qualification requirement - Company registration certificate:

The tenderer must be registered in a company register, professional register or a trade register in the state where the tenderer is established.

Documentation requirement:

• Norwegian companies: Company registration certificate

• Foreign companies: Verification that the tenderer is registered in a company register, trade register or a commerce register in the country where the tenderer is established.

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

Documentation requirement - Creditworthiness:

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

If deemed necessary, the contracting authority will obtain a credit assessment, from a credit information agency with a license to provide such services. This will be a supplement to the documentation given in the tender.

If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can document his economic and financial capacity by presenting other documentation considered suitable by the contracting authority.

Minimum level(s) of standards possibly required:

Qualification requirement - Creditworthiness:

The tenderer must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

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

Documentation requirement - Relevant experience:

Description of up to 3 of the tenderer’s most relevant/comparable assignments during the last 3 years. The description shall be given in Appendix D. The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to document relevance through the description. Tenderers can document experience by referring to the competence of the personnel at disposal for this assignment, including experience that has been acquired while the personnel performed services for another service provider.

Documentation requirement - Environmental management:

Tenderers must submit documentation of their environmental management system. The following documentation will be accepted:

• Valid attestation/certificates issued by independent bodies (e.g. ISO 14001, EMAS, Miljøfyrtårn or equivalent systems), or

• A description of the tenderer´s own environmental management system. The description must as a minimum include an environmental policy and environmental goals.

Minimum level(s) of standards possibly required:

Qualification requirement - Relevant experience:

Tenderers must have experience from comparable assignments.

Qualification requirement - Environmental management:

Tenderers must have an environmental management system.

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.1.8)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: 22/10/2021
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:
Norwegian
IV.2.7)Conditions for opening of tenders
Date: 22/10/2021
Local time: 12:00

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: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
E-mail: [email protected]
Telephone: +47 22035200
Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
VI.4.2)Body responsible for mediation procedures
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
E-mail: [email protected]
Telephone: +47 22035200
Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Politiets fellestjenester (PFT)
Town: Oslo
Country: Norway
E-mail: [email protected]
Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/
VI.5)Date of dispatch of this notice:
09/09/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more