An official website of the European Union

770075-2024 - Competition

Notice View

Summary

TED v2 - Viewer
Competition
NorwaySteel
Framework agreement Steel and metals
Trøndelag (NO060)
Estimated value excluding VAT5 000 000,00 NOK
Type of procedureOpen

Buyer
BuyerNTNU
NorwayTrøndelag (NO060)Trondheim

LOT-0000Framework agreement Steel and metals
Steel
Trøndelag (NO060)
Start date18/02/2025 Duration end date17/02/2027
Estimated value excluding VAT5 000 000,00 NOK
Deadline for receipt of tenders30/01/2025 - 11:00:58 (UTC)

Languages and formats

Official language (Signed PDF)

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

PDF

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

Machine translation 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

Notice

Official languageHelp icon
245/2024
770075-2024 - Competition
Norway – Steel – Framework agreement Steel and metals
OJ S 245/2024 17/12/2024
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official nameNTNU
Legal type of the buyerPublic undertaking, controlled by a central government authority
Activity of the contracting authorityEducation
2. Procedure
2.1.
Procedure
TitleFramework agreement Steel and metals
DescriptionApplies to the purchase of steel and metals for workshops and teaching.
Procedure identifier001877c1-cb9b-4aeb-bc29-ca104260fe7a
Internal identifierANSK-24-0323
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 14622000 Steel
Additional classification (cpv): 14700000 Basic metals, 14721000 Aluminium, 44315200 Welding materials, 44316400 Hardware
2.1.2.
Place of performance
Country subdivision (NUTS)Trøndelag (NO060)
2.1.3.
Value
Estimated value excluding VAT5 000 000,00 NOK
Maximum value of the framework agreement5 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national lawIs the supplier in a situation where he has been granted compulsory debt settlement? Explain why, in those circumstances, it is nevertheless possible to perform the contract, taking into account the applicable national rules and measures relating to the continuation of business activities? It is not necessary to provide this information if the rejection of suppliers is made mandatory under applicable national law without the possibility of exceptions.
BankruptcyIs the supplier in a bankruptcy situation? Explain why, in those circumstances, it is nevertheless possible to perform the contract, taking into account the applicable national rules and measures relating to the continuation of business activities? It is not necessary to provide this information if the rejection of suppliers is made mandatory under applicable national law without the possibility of exceptions.
CorruptionHas the supplier itself or a person, who is a member of the supplier's administrative, management or supervisory body or has the competence to represent or control or make decisions in such bodies, been convicted of corruption by a judgment handed down not more than five years ago, or a period of rejection stipulated directly in the judgment that is still in force? Corruption as defined in Article 3 of the Convention on combating corruption, involving officials of the European Communities or of Member States of the European Union (OJ C 195, 25.6.1997, p. 1), and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This ground for rejection also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditorsIs the supplier in a situation where he has been granted compulsory debt settlement? Explain why, in those circumstances, it is nevertheless possible to perform the contract, taking into account the applicable national rules and measures relating to the continuation of business activities? It is not necessary to provide this information if the rejection of suppliers is made mandatory under applicable national law without the possibility of exceptions.
Participation in a criminal organisationHas the supplier itself or a person, who is a member of the supplier's administrative, management or supervisory body or has the competence to represent or control or make decisions in such bodies, been convicted of participation in a criminal organisation by a judgment handed down not more than five years ago, or a period of rejection stipulated directly in the judgment that is still in force? Participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on combating organised crime (OJ L 300, 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competitionHas the supplier entered into agreement(s) with other suppliers with the intention of distorting competition?
Breaching of obligations in the fields of environmental lawIs the supplier aware of having committed a breach of environmental provisions as set out in national law, the relevant announcement or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financingHas the supplier itself or a person, who is a member of the supplier's administrative, management or supervisory body or has the competence to represent or control or make decisions in such bodies, been convicted by a final judgment of money laundering or terrorist financing by a judgment handed down not more than five years ago, or a period of rejection stipulated directly in the judgment that is still in force? Money laundering or terrorist financingAs defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purposes of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
FraudHas the supplier itself or a person, who is a member of the supplier's administrative, management or supervisory body or has the competence to represent or control or make decisions in such bodies, been convicted of fraud by a judgment handed down not more than five years ago, or a rejection period stipulated directly in the judgment that is still in force? Fraud within the meaning of Article 1 of the Convention on the Protection of the European Communities' Financial Interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beingsHas the supplier itself or a person, who is a member of the supplier's administrative, management or supervisory body or has the competence to represent or control or make decisions in such bodies, been convicted of child labour and other forms of human trafficking by a judgment handed down not more than five years ago, or a period of rejection stipulated directly in the judgment that is still in force? Child labour and other forms of trafficking in human beings as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
InsolvencyIs the supplier in an insolvency situation? Explain why, in those circumstances, it is nevertheless possible to perform the contract, taking into account the applicable national rules and measures relating to the continuation of business activities? It is not necessary to provide this information if the rejection of suppliers is made mandatory under applicable national law without the possibility of exceptions.
Breaching of obligations in the fields of labour lawIs the supplier aware of having committed a breach of employment conditions provisions as set out in national law, the relevant announcement or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidatorExplain why, in those circumstances, it is nevertheless possible to perform the contract, taking into account the applicable national rules and measures relating to the continuation of business activities? It is not necessary to provide this information if the rejection of suppliers is made mandatory under applicable national law without the possibility of exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedureHas the contractor: a) provided grossly incorrect information when providing the information required to verify that there are no grounds for rejection or that the qualification requirements have been met, b) failed to provide such information, c) made a reservation to immediately provide the supporting documents requested by the contracting authority, or d) unduly influenced the contracting authority's decision-making process in order to acquire confidential information that may give it an unfair advantage in connection with competition, or has negligently provided misleading information that may have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedureIs the supplier aware of a conflict of interest as set out in national law, the relevant announcement or the procurement documents?
Direct or indirect involvement in the preparation of this procurement procedureHas the supplier or a company associated with the supplier advised the contracting authority or otherwise been involved in the planning of the competition?
Guilty of grave professional misconductHas the supplier committed serious errors in the practice of their profession? If applicable, refer to definitions in national law, the relevant announcement or the procurement documents.
Early termination, damages or other comparable sanctionsHas the supplier committed a material breach of contract in connection with the performance of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to termination of the contract, damages or other similar sanctions?
Breaching of obligations in the fields of social lawIs the supplier aware of having committed a breach of social conditions provisions as set out in national law, the relevant announcement or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributionsHas the supplier failed to fulfil all its obligations to pay social security contributions both in the country in which it is established and in the contracting authority's Member State, if this is a country other than the one in which it is established?
Business activities are suspendedExplain why, in those circumstances, it is nevertheless possible to perform the contract, taking into account the applicable national rules and measures relating to the continuation of business activities? It is not necessary to provide this information if the rejection of suppliers is made mandatory under applicable national law without the possibility of exceptions.
Payment of taxesHas the contractor failed to fulfil its obligations to pay taxes and duties in the country in which it is established and in the contracting authority's Member State, if this is a country other than the one in which it is established?
Terrorist offences or offences linked to terrorist activitiesHas the supplier itself or a person who is a member of the supplier's administrative, management or supervisory body or has the competence to represent or control or make decisions in such bodies, been convicted of terrorist offences or criminal offences related to terrorist activity by a judgment handed down not more than five years ago, or a period of rejection stipulated directly in the judgment that is still in force? Terrorist offences or criminal offences related to terrorist activity as defined in Articles 1 and 3 of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). That ground of inadmissibility also includes incitement, aiding or abetting the commission of acts within the meaning of Article 4 of that Framework Decision.
5. Lot
5.1.
LotLOT-0000
TitleFramework agreement Steel and metals
DescriptionApplies to the purchase of steel and metals for workshops and teaching.
Internal identifierANSK-24-0323
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 14622000 Steel
Additional classification (cpv): 14700000 Basic metals, 14721000 Aluminium, 44315200 Welding materials, 44316400 Hardware
5.1.2.
Place of performance
Country subdivision (NUTS)Trøndelag (NO060)
5.1.3.
Estimated duration
Start date18/02/2025
Duration end date17/02/2027
5.1.4.
Renewal
Maximum renewals2
The buyer reserves the right for additional purchases from the contractor, as described hereRenewal lenght is 12 months
5.1.5.
Value
Estimated value excluding VAT5 000 000,00 NOK
Maximum value of the framework agreement5 000 000,00 NOK
5.1.6.
General information
Reserved participationParticipation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
5.1.9.
Selection criteria
Criterion
TypeEconomic and financial standing
NameCredit rating
DescriptionRequirements: The supplier must be creditworthy without any requirement for collateral. Documentation requirements: Credit rating based on the latest known accounting figures. The rating must be carried out by a credit information company that is licensed to operate such activities.
Use of this criterionUsed

Criterion
TypeOther
NameThe supplier meets the specified qualification requirements:
DescriptionAll necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are met.
Use of this criterionUsed

Criterion
TypeOther
NameThis meets the objective and non-discriminatory criteria or rules to be used to select the number of suppliers as follows: If certain certificates or other forms of documentation are requested, indicate for each one whether the supplier is in possession of the documents requested:
DescriptionIf any of these certificates or other forms of documentation are available in electronic form, this is indicated for each:
Use of this criterionUsed

Criterion
TypeSuitability to pursue the professional activity
NameSupplier suitability
DescriptionRequirements: The supplier must be registered in a business register, professional register or trade register in the state in which the supplier is established Documentation requirements: Norwegian companies: eBevis or Company Certificate /Foreign companies: Proof that the company is registered in a business register, professional register or trade register in the state in which the supplier is established.
Use of this criterionUsed

Criterion
TypeTechnical and professional ability
NameEnvironmental management system
DescriptionRequirements: The supplier must have a well-functioning environmental management system. Documentation requirements: Certificate of certification according to national/international environmental management/management system standards. Or a statement of corresponding environmental management/measures in the company.
Use of this criterionUsed

Criterion
TypeTechnical and professional ability
NameEthical trade
DescriptionRequirements: The supplier shall have methods for managing the supply chain and traceability systems that enable compliance with the requirements for ethical trade - basic requirements for human rights, the environment and the ILO core conventions. Documentation requirements: A description of the traceability systems that the supplier will use to perform the contract. The description shall indicate methods and/or systems that enable traceability of production sites and countries of origin involved in the supply chain for the goods under this contract.
Use of this criterionUsed
5.1.10.
Award criteria
Criterion
TypePrice
NamePrice
DescriptionCompleted price form
Category of award weight criterionWeight (percentage, exact)
Award criterion number70
Criterion
TypeQuality
NameQuality
DescriptionAnswers according to the requirements specification
Category of award weight criterionWeight (percentage, exact)
Award criterion number20
Criterion
TypeQuality
NameEnvironment
DescriptionReason for lower percentage for the environment. EPD: For climate footprints taken from environmental declarations, there is no agreed standard, and this poses challenges when transitioning between two versions of the standard (EN15804+A1:2013 and EN15804+A2:2019). The change with EN 15804 + A2 means that there are now valid EPDs that follow both the old standard (+A1) and the new standard (+A2), and it is not possible to find a general conversion factor between +A1 and +A2. Therefore, there will be deviations of a few percent in the CO2 emission figures, and it could give rise to uncertainty if we were to evaluate this. Environmental management: It is a qualification requirement that the supplier must have an environmental management system. Transport: NTNU wants to focus on transport locally in accordance with NTNU's development plan for travel/transport, item 8, which states that NTNU will seek to fully electrify our means of transport and equipment. NTNU buys about 8 tonnes a year under this framework agreement, divided into many deliveries/orders. In the big logistics picture for transport to the supplier's warehouse, this only amounts to thousandths of the tonnage. Of the assortment that NTNU orders, we have no opportunity to control the transport into the supplier's warehouse. Instead, we focus on the transport that goes from the warehouse to campus. It will be disproportionate to have 30% emphasis on the environment for this, and the market for trucks that run on electricity is not mature in Trøndelag. Therefore, the evaluation of the environment is set to 10%.
Category of award weight criterionWeight (percentage, exact)
Award criterion number10
5.1.11.
Procurement documents
Deadline for requesting additional information22/01/2025 23:00:00 (UTC)
Address of the procurement documentshttps://tendsign.com/doc.aspx?MeFormsNoticeId=40561
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueAllowed
Deadline for receipt of tenders30/01/2025 11:00:58 (UTC)
Deadline until which the tender must remain valid89 Days
Information about public opening
Opening date30/01/2025 11:01:00 (UTC)
PlaceTrondheim
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreementFramework agreement, without reopening of competition
Information about the dynamic purchasing systemNo dynamic purchase system
Electronic auctionno
5.1.16.
Further information, mediation and review
Review organisationTrøndelag Tingett
8. Organisations
8.1.
ORG-0001
Official nameNTNU
Registration number974767880
DepartmentSeksjon for anskaffelser og innkjøp
Postal addressHøyskoleringen 1
TownTrondheim
Postcode7491
Country subdivision (NUTS)Trøndelag (NO060)
CountryNorway
Contact pointAnders Stensås
Telephone47 73 59 80 80
Internet addresshttp://www.ntnu.no
Roles of this organisation
Buyer
8.1.
ORG-0002
Official nameTrøndelag Tingett
Registration number926 722 794
Postal addressPostboks 2317 Torgarden
TownTrondheim
Postcode7004
Country subdivision (NUTS)Trøndelag (NO060)
CountryNorway
Telephone73 54 24 00
Roles of this organisation
Review organisation
Notice information
Notice identifier/versionc7eb1e8a-1a5e-4860-b38d-cff83039eabf  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date16/12/2024 12:58:43 (UTC)
Notice dispatch date (eSender)16/12/2024 12:58:51 (UTC)
Languages in which this notice is officially availableEnglish
Notice publication number770075-2024
OJ S issue number245/2024
Publication date17/12/2024