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

Norway-Oslo: Locksmith services

Norway-Oslo: Locksmith services has been closed on 30 Oct 2017. It no longer accepts any bids. For further information, you can contact the Oslo kommune, Vann- og avløpsetaten (971 185 589)

Bellow, you can find more information about this project: 

Location: Norway

General information

Donor:

Oslo kommune, Vann- og avløpsetaten (971 185 589)

Industry:

Defence & Security

Retail

Status:

Closed

Timeline

Published:

30 Sep 2017

Deadline:

30 Oct 2017

Value:

Not available

Contacts

Name:

Åse Rieber-Mohn

Phone:

+47 23440305

Description

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Oslo kommune, Vann- og avløpsetaten
National registration number: 971 185 589
Postal address: Herslebs gate 5
Town: Oslo
NUTS code: NO NORGE
Postal code: 0506
Country: Norway
Contact person: Åse Rieber-Mohn
E-mail: [email protected]
Telephone: +47 23440305
Internet address(es):
Main address: http://vann-og-avlopsetaten.oslo.kommune.no/
Address of the buyer profile: https://kgv.doffin.no/ctm/Company/CompanyInformation/Index/3225
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/157220
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Water

Section II: Object

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

Framework agreement for locks and fittings, with associated services.

Reference number: 81/2017
II.1.2)Main CPV code
98395000 Locksmith services
II.1.3)Type of contract
Services
II.1.4)Short description:

An equivalent competition was previously announced with doffin reference 2017-061834, but this competition was cancelled. This is a notice for a new competition, with the same procurement number as the previous competition. Some qualification requirements have been changed.

VAV is not able to carry out the work on locks and fittings internally, and the need will be covered through a framework agreement with one tenderer who can design, deliver and install locks and fitting to locations within Oslo's boundaries. The tenderer shall also carry out servicing and emergency response as needed. The primary need is for installation on new doors, but in some locations it may be necessary to replace older locks and fittings. The selected tenderer must expect that the work with installing of locks and fittings must be coordinated with an executing contractor who shall carry out the technical building measures on the sites where locks and fittings are to be installed.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
44523200 Mountings
44520000 Locks, keys and hinges
II.2.3)Place of performance
NUTS code: NO NORGE
Main site or place of performance:

Oslo.

II.2.4)Description of the procurement:

The works are a necessary step in the realisation of the project for implementation of security initiative, connected to [VAV's] the Water and Sewage Authority's objectives within water supply.

VAV is not able to carry out the works internally, and the need will be covered through a framework agreement with one tenderer who can design, deliver and install locks and fitting to locations within Oslo's boundaries. The tenderer shall also carry out servicing and emergency response as needed. The primary need is for installation on new doors, but in some locations it may be necessary to replace older locks and fittings. The selected tenderer must expect that the work with installing of locks and fittings must be coordinated with an executing contractor who shall carry out the technical building measures on the sites where locks and fittings are to be installed.

The framework agreement shall have a duration of four years with an option on a further two years + two years. The tenderer must expect that e majority of the use on the framework agreement will be in 2018/2019. The framework agreement shall primarily be used in object security projects, but can also be used in projects where there is equivalent for security measures.

A security contract will be signed with the qualified tenderers, and personnel that have access to classified information in order to prepare tender offers must be authorised prior to such access being granted. Personnel that carry out the works on objects deemed worthy of protection, must also gain authorisation and any security clearance in accordance with the Security Act.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

The framework agreement will be valid for 4 years, with an option to extend the contract for 2+2 years.

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 will be valid for 4 years, with an option to extend the contract for 2+2 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:

— The tenderer shall be a legally established company.

— Tenderers are required to be a master company or fulfil the requirements of a master company.

See the qualification documentation point 3.2 for a complete overview of the requirements and the documentation requirements.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 134-275900
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 30/10/2017
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:
English, Norwegian

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo kommune v/Vann- og avløpsetaten
Postal address: Postboks 4704 Sofienberg
Town: Oslo
Country: Norway
E-mail: [email protected]
VI.5)Date of dispatch of this notice:
28/09/2017

http://ted.europa.eu/udl?uri=TED:NOTICE:386214-2017:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more