Back to tenders & grants page
Norway-Sandnes: Kitchen furniture and equipment Paper, Wood & Furniture Norway-Sandnes: Kitchen furniture and equipment
Receive Tenders like this by email

Norway-Sandnes: Kitchen furniture and equipment

Norway-Sandnes: Kitchen furniture and equipment has been closed on 28 Feb 2022. It no longer accepts any bids. For further information, you can contact the Sandnes kommune (964 965 137)

Bellow, you can find more information about this project: 

Location: Norway

General information

Donor:

Sandnes kommune (964 965 137)

Industry:

Paper, Wood & Furniture

Status:

Closed

Timeline

Published:

21 Jan 2022

Deadline:

28 Feb 2022

Value:

Not available

Contacts

Name:

Ivar Strand

Phone:

+47 51335503

+47 52004600

Description

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Sandnes kommune
National registration number: 964 965 137
Postal address: Rådhusgata 1
Town: Sandnes
NUTS code: NO0A1 Rogaland
Postal code: 4306
Country: Norway
Contact person: Ivar Strand
E-mail: [email protected]
Telephone: +47 51335503
Internet address(es):
Main address: https://eiendom-sk.no/forsiden
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/306369
I.1)Name and addresses
Official name: Stavanger kommune
National registration number: 964965226
Town: Stavanger
NUTS code: NO0A1 Rogaland
Postal code: 8001
Country: Norway
Contact person: Marit Fjellanger Bøhm
E-mail: [email protected]
Internet address(es):
Main address: https://www.stavanger.kommune.no/
I.1)Name and addresses
Official name: Sola kommune
National registration number: 948243113
Town: Sola
NUTS code: NO0A1 Rogaland
Postal code: 4097
Country: Norway
Contact person: Paul Rune Svelland
E-mail: [email protected]
Internet address(es):
Main address: https://www.sola.kommune.no/
I.2)Information about joint procurement
The contract involves 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=321065&B=SANDNES
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=321065&B=SANDNES
Tenders or requests to participate must be submitted to the abovementioned address
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:

Framework agreement for purchase of kitchens and wardrobes

Reference number: 21/17409
II.1.2)Main CPV code
39141000 Kitchen furniture and equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Framework agreement for purchase of kitchens and wardrobes for reconstruction, service, repair or maintenance of municipal buildings and residences where the work is primarily carried out by own employees. The majority of the orders are collected by the contracting authority’s employees directly from the supplier’s warehouse/sales outlet for professional customers/business customers. Tenderers can bid on sub-contracts. The assignment is described in more detail in the tender documentation.

II.1.5)Estimated total value
Value excluding VAT: 10 600 000.00 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: 3
II.2)Description
II.2.1)Title:

Stavanger Municipality

Lot No: 1
II.2.2)Additional CPV code(s)
39122100 Cupboards
39141400 Fitted kitchens
39143121 Wardrobes
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: NO0A1 Rogaland
II.2.4)Description of the procurement:

Framework agreement for purchase of kitchens and wardrobes 2022 - 2024 (2026)

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 7 200 000.00 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 duration of the framework agreements is two years with an option for the contracting authority to extend for a further one year + one year on verbatim terms.

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

Sola Municipality.

Lot No: 2
II.2.2)Additional CPV code(s)
39122100 Cupboards
39141400 Fitted kitchens
39143121 Wardrobes
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: NO0A1 Rogaland
II.2.4)Description of the procurement:

Framework agreement for purchase of kitchens and wardrobes 2022 - 2024 (2026)

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 1 920 000.00 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 duration of the framework agreements is two years with an option for the contracting authority to extend for a further one year + one year on verbatim terms.

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

Sandnes Municipality.

Lot No: 3
II.2.2)Additional CPV code(s)
39122100 Cupboards
39141400 Fitted kitchens
39143121 Wardrobes
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: NO0A1 Rogaland
II.2.4)Description of the procurement:

Framework agreement for purchase of kitchens and wardrobes 2022 - 2024 (2026)

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 3 600 000.00 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 duration of the framework agreements is two years with an option for the contracting authority to extend for a further one year + one year on verbatim terms.

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

Company Registration Certificate. Requirement: The tenderer must be a legally established company.

Documentation: Norwegian tenderers: Company Registration Certificate from the Brønnøysund Register Centre.

Foreign tenderers: Registration certificate in a professional register as determined by legislation in the country where the tenderer is established.

Tax and VAT certificate. Requirement: The tenderer must not have significant tax and VAT arrears, unless an approved repayment schedule is presented.

Documentation: Norwegian tenderers: Tax and VAT certificate, not older than six months calculated from the tender deadline (https://www.altinn.no/no/Skjema-og-tjenester/Etater/Skatteetaten/Attestbestilling/).

Foreign tenderers: Certificate issued by the relevant authority in the tenderer’s home state, confirming that the tenderer has met its obligations regarding tax and VAT payments. The certificate must not be more than six months old calculated from the tender deadline.

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

Norwegian companies: The contracting authority will obtain the credit rating Commercial Delphi Score from Experian as documentation. The tenderer must as a minimum achieve a rating of ‘Credit worthy’, i.e. the tenderer must be in risk classification 5 or higher on the Experian scale.

Alternatively, when submitting a tender, the tenderer can enclose an updated credit rating from an approved credit rating company demonstrating that the tenderer has achieved an equivalent credit level. The credit rating must show the current economic situation of the company.

If the 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.

Foreign companies: A credit rating from a recognised credit rating company showing that the tenderer fulfils the requirement. The credit rating must be based on the most recent available accounts and it must be carried out by an agency licensed to carry out credit rating activity.

Minimum level(s) of standards possibly required:

The tenderer must have settled financial conditions and the financial capacity to fulfil the contract. The tenderer must achieve a minimum rating of credit worthy.

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

Documentation on the tenderer's experience: The tenderer must attach a list of the most important equivalent assignments in the last three years. The list must include information on:

- The assignment (brief description of the assignment and the tenderer's role)

- Contract value of the assignment excluding VAT.

- Date (year) of the assignment

- Name of the client.

Based on the list, the tenderer shall state names and e-mail addresses of contact persons for the three most relevant assignments. The references will only be contacted if required.

Several smaller, relevant assignments within the same time frame can in overall grant the tenderer equivalent qualification.

Quality system documentation:Certificates of the company's quality assurance system/quality management system issued by competent independent bodies confirming that the tenderer meets recognised quality assurance standards such as ISO 9001:2015 or equivalent.

The contracting authority also accepts other documentation that demonstrates the tenderer has a well functioning system for ensuring quality appropriate for the nature and scope of the assignment. As a minimum, the tenderer must present a general description of the contents of the system including an overview of control plans and check-lists that are relevant for this assignment.

Documentation of the tenderer's environmental management system: Certificates for relevant environmental certification such as ISO 14001 or EMAS, Eco-Lighthouse, or other documentation must be presented as documentation.

The contracting authority will also accept other documentation that demonstrates that the tenderer has a well-functioning environmental management measures, adapted to the nature and scope of the assignment. The tenderer must attach a brief statement that states the tenderer's declared environmental goals, status on environmental work in the tenderer business and planned measures that are relevant for this contract.

Minimum level(s) of standards possibly required:

Requirements related to the tenderer's experience: Tenderers must have experience from at least three relevant assignments for delivery of kitchens and wardrobes as described in the tender documents, in terms of scope and complexity in relation to the parts of the assignment to which the tender applies.

Quality System: The contracting authority requires that tenderers have a well-functioning system for ensuring quality appropriate for the nature and scope of the assignment.

Requirement for the tenderer's environmental management system: The tenderer must have an environmental management system which guarantees that the tenderer is able to comply with environmental requirements given in the tender documentation.

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: 28/02/2022
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: 27/05/2022
IV.2.7)Conditions for opening of tenders
Date: 28/02/2022
Local time: 12:00
Place:

The tenders will not be opened in public.

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: Sør-Rogaland tingrett
Postal address: Olav V`s plass 1
Town: Sandnes
Postal code: 4306
Country: Norway
E-mail: [email protected]
Telephone: +47 52004600
Internet address: https://www.domstol.no/enkelt-domstol/sor-rogaland-tingrett/sor-rogaland-tingrett/rettsstedene/sandnes-tinghus/
VI.5)Date of dispatch of this notice:
18/01/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:36784-2022: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