Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Digital Safety Alarms, Dynamic Purchasing System
Reference number: 2019/2177
II.1.2)Main CPV code35121100
II.1.3)Type of contractSupplies
II.1.4)Short description:
The contracting authority invites tenderers to participate in a restricted contest for the establishment of a dynamic purchasing system for the purchase of digital safety alarms (including sensor technology) for the municipalities of Fredrikstad, a restricted competition for the establishment of a dynamic purchase system for the procurement of furniture and fixtures for Fredrikstad, Råde, Frogn and Våler.
Click here https://permalink.mercell.com/99219027.aspx
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)35125100
II.2.3)Place of performanceNUTS code: NO031
Main site or place of performance:
Fredrikstad municipality, Hvaler municipality, Råde municipality, Våler municipality, Frogn municipality
II.2.4)Description of the procurement:
The dynamic purchasing system must include the purchase of digital safety alarms (including sensor technology with passive warning) in the municipalities.
The scheme is not split into groups or categories. Each competition will have information on what type of products are to be delivered, and tenderers must themselves assess whether they can meet the requirements in the procurement in such a way that they can submit a tender. The Contracting Authority can choose to split the procurement in each competition into groups/categories if it is deemed appropriate.
II.2.5)Award criteriaPrice 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 systemStart: 11/03/2019
End: 11/03/2029
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
See the tender documentation.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See the tender documentation/contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the setting up of a dynamic purchasing system
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: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 11/03/2019
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:Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyFredrikstad kommune
Fredrikstad
Norway
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
VI.5)Date of dispatch of this notice:07/02/2019