00624110-2024 - Konkurrencevilkår

Meddelelsesvisning

Resumé

TED v2 - Viewer
Konkurrencevilkår
NorgeReparations- og vedligeholdelsestjenester
Framework agreement fire alarm centres, management systems and smoke hatches - inspections and maintenance.
NorgeHvor som helst i det pågældende land
UdbudsprocedureOffentligt udbud

Køber
KøberTromsø kommune
NorgeTromsø

LOT-0001Fire alarm centres, reading systems and smoke hatches - k.
Reparations- og vedligeholdelsestjenester
NorgeHvor som helst i det pågældende land
Startdato01/01/2025 Varigheds slutdato31/12/2025
Frist for modtagelse af tilbud19/11/2024 - 11:00:58 (UTC)

LOT-0002General requirements
Reparations- og vedligeholdelsestjenester
NorgeHvor som helst i det pågældende land
Startdato01/01/2025 Varigheds slutdato31/12/2025
Frist for modtagelse af tilbud19/11/2024 - 11:00:58 (UTC)

Sprog og formater

Officielt sprog (Underskrevet PDF)

BG
CS
DA
DE
EL
ES
ENDownload den underskrevne PDF
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload PDF-filen
CSDownload PDF-filen
DADownload PDF-filen
DEDownload PDF-filen
ELDownload PDF-filen
ESDownload PDF-filen
ENDownload PDF-filen
ETDownload PDF-filen
FIDownload PDF-filen
FRDownload PDF-filen
GADownload PDF-filen
HRDownload PDF-filen
HUDownload PDF-filen
ITDownload PDF-filen
LTDownload PDF-filen
LVDownload PDF-filen
MTDownload PDF-filen
NLDownload PDF-filen
PLDownload PDF-filen
PTDownload PDF-filen
RODownload PDF-filen
SKDownload PDF-filen
SLDownload PDF-filen
SVDownload PDF-filen

Maskinoversættelse som HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Bekendtgørelse

Nuværende sprogHjælpeikon
202/2024
624110-2024 - Konkurrencevilkår
Norge – Reparations- og vedligeholdelsestjenester – Framework agreement fire alarm centres, management systems and smoke hatches - inspections and maintenance.
OJ S 202/2024 16/10/2024
Udbuds- eller koncessionsbekendtgørelse – standardordningen
Tjenesteydelser
1. Køber
1.1.
Køber
Officielt navnTromsø kommune
Køberens retlige statusRegional myndighed
Den ordregivende myndigheds aktivitetGenerelle offentlige tjenesteydelser
2. Procedure
2.1.
Procedure
TitelFramework agreement fire alarm centres, management systems and smoke hatches - inspections and maintenance.
BeskrivelseTromsø municipality shall procure a new service contract where the main emphasis will be service and inspection of already installed fire alarm centres, guiding systems and smoke hatches. This can also lead to the procurement of materials in connection with investments and improvements to defects after inspections.
Identifikator for proceduren91b81e65-b29c-4053-9781-d394e6847951
Intern ID24/64
UdbudsprocedureOffentligt udbud
Proceduren er en hasteprocedurenej
2.1.1.
Formål
Kontraktens hovedformålTjenesteydelser
Primær klassifikation (cpv): 50000000 Reparations- og vedligeholdelsestjenester
Supplerende klassifikation (cpv): 31600000 Eludstyr, 31620000 Signalapparater, akustiske eller visuelle, 31625100 Branddetektionssystemer, 31625200 Brandalarmsystemer
2.1.2.
Udførelsessted
LandNorge
Hvor som helst i det pågældende land
Yderligere oplysningerTromsø municipality
2.1.4.
Generelle oplysninger
Retsgrundlag
Direktiv 2014/24/EU
2.1.5.
Udbudsvilkår
Vilkår for indgivelse
Tilbudsgiveren skal indgive tilbud på alle delkontrakter
2.1.6.
Udelukkelsesgrunde
En situation, der svarer til konkurs i henhold til national retIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
KonkursIs the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
KorruptionIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Tvangsakkord uden for konkursIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Deltagelse i en kriminel organisationIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Aftaler med andre økonomiske aktører med henblik på konkurrencefordrejningHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Tilsidesættelse af forpligtelser på miljølovgivningsområdetIs the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Hvidvaskning af penge eller finansiering af terrorismeIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
SvigIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Børnearbejde og andre former for menneskehandelIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
InsolvensIs the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Tilsidesættelse af forpligtelser på det arbejdsretlige områdeIs the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Aktiver, der administreres af en kuratorSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Har afgivet urigtige oplysninger eller tilbageholdt oplysninger, som ikke var i stand til at fremlægge de krævede dokumenter og indhentet fortrolige oplysninger i forbindelse med denne procedureHas the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Interessekonflikt som følge af deltagelse i udbudsprocedurenAre tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direkte eller indirekte involvering i forberedelsen af denne udbudsprocedureHas the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Skyldig i alvorlige forsømmelser i forbindelse med udøvelsen af erhvervetHas the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Ophævelse eller en lignende sanktionHas the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Tilsidesættelse af forpligtelser på sociallovgivningsområdetIs the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Betaling af socialsikringsbidragHave tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Erhvervsvirksomheden er indstilletSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Betaling af skatter og afgifterHas the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorhandlinger eller strafbare handlinger med forbindelse til terroraktivitetIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
5. Delkontrakt
5.1.
DelkontraktLOT-0001
TitelFire alarm centres, reading systems and smoke hatches - k.
BeskrivelseTromsø municipality needs a framework agreement that includes inspections, service and maintenance of fire alarm systems, management systems and smoke hatches in Tromsø municipality ́s properties. Inspections shall be carried out in accordance with current standards and regulations.  The framework agreement will also apply if the current properties operated by Tromsø municipality are transferred to a municipal company. The framework agreement will also apply for properties that Tromsø municipality and municipal companies acquire during the framework agreement period.  The contracting authority ́s need consists primarily of inspections and service of existing installations and, thus, improvements to defects uncovered by the inspections.  Furthermore, the contracting authority needs the contract to cover investments in cases where the contracting authority considers it most cost efficient to replace the entire facility rather than improve deviations from inspections. See the standard contract point 2.5 for further information on conceptual claims etc. The contracting authority currently has a separate service and control contract for sprinkler installations. Control and service connected to this will not be included in this contract. 
Intern ID24/64
5.1.1.
Formål
Kontraktens hovedformålTjenesteydelser
Primær klassifikation (cpv): 50000000 Reparations- og vedligeholdelsestjenester
Supplerende klassifikation (cpv): 31600000 Eludstyr, 31620000 Signalapparater, akustiske eller visuelle, 31625000 Tyverialarmer og brandalarmer, 31625100 Branddetektionssystemer, 31625200 Brandalarmsystemer
5.1.2.
Udførelsessted
LandNorge
Hvor som helst i det pågældende land
Yderligere oplysningerTromsø municipality
5.1.3.
Anslået varighed
Startdato01/01/2025
Varigheds slutdato31/12/2025
5.1.4.
Fornyelse
Højeste antal fornyelser2
Køberen forbeholder sig retten til at foretage yderligere indkøb fra entreprenøren som beskrevet herRenewal lenght is 12 months
5.1.6.
Generelle oplysninger
Reserveret deltagelseDeltagelse uden forbehold.
Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA)nej
5.1.9.
Udvælgelseskriterier
Kriterium
TypeØkonomisk og finansiel formåen
NavnThe organisational and legal position of the tenderer.
BeskrivelseRequirement: Tenderers shall document that the company is legally established and registered in a company register or a commerce register in the member state in which the tenderer is established. Documentation requirement: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a trade register, trade register or other company register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre. 
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeØkonomisk og finansiel formåen
NavnPayment of tax, VAT and other public duties.
BeskrivelseRequirement: Tenderers must have their tax, payroll tax and VAT payments in order. Tenderers must not have significant arrears. Documentation requirement:  The certificate must not be more than six months old. The certificate must not be older than six months calculated from the deadline for receipt of tenders.  Tenderers from other EEA countries, countries included in the GPA agreement or a free trade agreement with EFTA/Norway shall enclose equivalent certificates or other statutory documentation from equivalent authorities in the country where the tenderer has its headquarters.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeØkonomisk og finansiel formåen
NavnFinancial capacity
BeskrivelseRequirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Credit rating equivalent to A or better, measured against the AAA Soliditet's scale - or equivalent score.  Documentation requirement: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.  If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy and which the contracting authority deems suitable. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeAndet
NavnThe tenderer fulfils the stated qualification requirements:
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeAndet
NavnThe tenderer fulfils the stated qualification requirements:
BeskrivelseAll the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeEgnethed til at udøve det pågældende erhverv
NavnExperience from equivalent assignments
BeskrivelseRequirement: Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from previous assignments.  Documentation: Tenderers shall document relevant experience by presenting a minimum of three reference assignments from the last ten years calculated from the tender deadline. The contracting authorities shall be specified with contact information. Tenderers who are newly established and cannot therefore present references, must substantiate in another way that the tenderer is suitable for fulfilment of the contract. The assignments shall be completed and handed over to the contracting authority. The reference assignments cannot be older than 10 years, but assignments that have started more than 5 years ago and completed less than 10 years ago are approved.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeEgnethed til at udøve det pågældende erhverv
NavnEnvironmental management system
BeskrivelseRequirement: The tenderer shall have procedures for reducing damaging environmental impact when carrying out the assignment. Documentation: Certification in accordance with EMAS, ISO or the Eco-lighthouse programme will be accepted as documentation. Other documentation will also be accepted if the routines and measures are sufficient to take into account and reduce the damaging environmental impact. Tenderers shall state where the routines and measures are given in the documentation.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeTeknisk og faglig formåen
Anvendelse af dette kriteriumIkke anvendt
5.1.11.
Udbudsdokumenter
Frist for anmodning om yderligere oplysninger11/11/2024 23:00:00 (UTC)
Adresse på udbudsdokumenternehttps://tendsign.com/doc.aspx?MeFormsNoticeId=33788
5.1.12.
Udbudsvilkår
Vilkår for indgivelse
Elektronisk indgivelsePåkrævet
Sprog, som tilbud og ansøgninger om deltagelse kan indgives pånorsk
Elektronisk katalogTilladt
Avanceret eller kvalificeret elektronisk signatur eller segl (jf forordning (EU) nr 910/2014) er påkrævet
Frist for modtagelse af tilbud19/11/2024 11:00:58 (UTC)
Vedståelsesfrist for tilbuddet91 Døgn
Oplysninger om offentlig iværksættelse
Åbningsdato19/11/2024 12:00:00 (UTC)
StedTromsø
Betingelser for kontraktens udførelse
Udførelsen af kontrakten skal ske inden for rammerne af programmer for beskyttet beskæftigelseNej
Der kræves en fortrolighedsaftalenej
Elektronisk faktureringPåkrævet
Der vil blive anvendt elektronisk bestillingja
Der vil blive anvendt elektronisk betalingja
5.1.15.
Teknikker
RammeaftaleRammeaftale uden fornyet iværksættelse af konkurrence
Oplysninger om det dynamiske indkøbssystemIntet dynamisk indkøbssystem
Elektronisk auktionnej
5.1.16.
Yderligere oplysninger, mægling og gennemgang
Organisation med ansvar for klagerNord-Troms og Senja tingrett
5.1.
DelkontraktLOT-0002
TitelGeneral requirements
BeskrivelseQualification requirements, requirements and award criteria.
Intern ID24/64
5.1.1.
Formål
Kontraktens hovedformålTjenesteydelser
Primær klassifikation (cpv): 50000000 Reparations- og vedligeholdelsestjenester
Supplerende klassifikation (cpv): 31600000 Eludstyr, 31620000 Signalapparater, akustiske eller visuelle, 31625100 Branddetektionssystemer, 31625200 Brandalarmsystemer
5.1.2.
Udførelsessted
LandNorge
Hvor som helst i det pågældende land
Yderligere oplysningerTromsø municipality
5.1.3.
Anslået varighed
Startdato01/01/2025
Varigheds slutdato31/12/2025
5.1.4.
Fornyelse
Højeste antal fornyelser2
Køberen forbeholder sig retten til at foretage yderligere indkøb fra entreprenøren som beskrevet herRenewal lenght is 12 months
5.1.6.
Generelle oplysninger
Reserveret deltagelseDeltagelse uden forbehold.
Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA)nej
5.1.9.
Udvælgelseskriterier
Kriterium
TypeØkonomisk og finansiel formåen
NavnPayment of tax, VAT and other public duties.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeØkonomisk og finansiel formåen
NavnThe organisational and legal position of the tenderer.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeØkonomisk og finansiel formåen
NavnFinancial capacity
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeAndet
NavnThe tenderer fulfils the stated qualification requirements:
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeAndet
NavnThe tenderer fulfils the stated qualification requirements:
BeskrivelseAll the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeEgnethed til at udøve det pågældende erhverv
Anvendelse af dette kriteriumIkke anvendt

Kriterium
TypeTeknisk og faglig formåen
NavnEnvironmental management system
Anvendelse af dette kriteriumAnvendt

Kriterium
TypeTeknisk og faglig formåen
NavnExperience from equivalent assignments
Anvendelse af dette kriteriumAnvendt
5.1.11.
Udbudsdokumenter
Frist for anmodning om yderligere oplysninger11/11/2024 23:00:00 (UTC)
Adresse på udbudsdokumenternehttps://tendsign.com/doc.aspx?MeFormsNoticeId=33788
5.1.12.
Udbudsvilkår
Vilkår for indgivelse
Elektronisk indgivelsePåkrævet
Sprog, som tilbud og ansøgninger om deltagelse kan indgives pånorsk
Elektronisk katalogTilladt
Avanceret eller kvalificeret elektronisk signatur eller segl (jf forordning (EU) nr 910/2014) er påkrævet
Frist for modtagelse af tilbud19/11/2024 11:00:58 (UTC)
Vedståelsesfrist for tilbuddet91 Døgn
Oplysninger om offentlig iværksættelse
Åbningsdato19/11/2024 12:00:00 (UTC)
StedTromsø
Betingelser for kontraktens udførelse
Udførelsen af kontrakten skal ske inden for rammerne af programmer for beskyttet beskæftigelseNej
Elektronisk faktureringPåkrævet
Der vil blive anvendt elektronisk bestillingja
Der vil blive anvendt elektronisk betalingja
5.1.15.
Teknikker
RammeaftaleRammeaftale uden fornyet iværksættelse af konkurrence
Oplysninger om det dynamiske indkøbssystemIntet dynamisk indkøbssystem
Elektronisk auktionnej
5.1.16.
Yderligere oplysninger, mægling og gennemgang
Organisation med ansvar for klagerNord-Troms og Senja tingrett
8. Organisationer
8.1.
ORG-0001
Officielt navnTromsø kommune
Registreringsnummer940 101 808
AfdelingSeksjon for anskaffelser
PostadresseRådhuset, Postboks 6900 Langnes
ByTromsø
Postnummer9299
LandNorge
EnhedSimon Karlsen
Telefon+47 77 79 00 00
Denne organisations roller
Køber
8.1.
ORG-0002
Officielt navnNord-Troms og Senja tingrett
Registreringsnummer926 723 022
PostadressePostboks 2510
ByTromsø
Postnummer9270
Landsdel (NUTS)Troms og Finnmark (NO074)
LandNorge
Telefon77 60 34 00
Denne organisations roller
Organisation med ansvar for klager
Oplysninger om bekendtgørelsen
Bekendtgørelsens IDb32b8062-58a8-468e-a9a3-73eb96a842b4  -  01
FormulartypeKonkurrencevilkår
BekendtgørelsestypeUdbuds- eller koncessionsbekendtgørelse – standardordningen
Bekendtgørelsesundertype16
Afsendelsesdato for bekendtgørelsen15/10/2024 12:12:54 (UTC)
Dato for afsendelse af bekendtgørelsen (eSender)15/10/2024 12:26:01 (UTC)
Bekendtgørelsens officielle sprogengelsk
Bekendtgørelsesnummer624110-2024
EUT-S-nummer202/2024
Offentliggørelsesdato16/10/2024