Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Supplies - 55144-2020

04/02/2020    S24

Norway-Moss: Furniture

2020/S 024-055144

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Moss kommune
National registration number: 920 817 521
Postal address: Postboks 175
Town: Moss
NUTS code: NO031 Østfold
Postal code: 1501
Country: Norway
Contact person: Vivian Stenberg Lindgren
E-mail: innkjop@moss.kommune.no
Internet address(es):
Main address: https://www.moss.kommune.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tendsign.com/public/list_public_publications.aspx?FromPublic=true&OrganizationID=500213311
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tendsign.no/doc.aspx?UniqueId=aflssfzgwz&GoTo=Tender
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:

Furniture — Dynamic Purchasing System

Reference number: 20/380
II.1.2)Main CPV code
39100000 Furniture
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Dynamic purchasing system for furniture for offices, schools, nurseries, and institutions.

The system will apply for procurements of furniture that exceed 60 000 NOK excluding VAT. Procurements for less than 60 000 NOK excluding VAT will be made under a framework agreement.

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)
39130000 Office furniture
39143300 Living-room furniture
39150000 Miscellaneous furniture and equipment
39151000 Miscellaneous furniture
39153000 Conference-room furniture
39160000 School furniture
39161000 Kindergarten furniture
II.2.3)Place of performance
NUTS code: NO031 Østfold
II.2.4)Description of the procurement:

Dynamic purchasing system for furniture for offices, schools, nurseries, and institutions.

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
End: 28/02/2030
This contract is subject to renewal: no
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:

Requirement: tenderers must be registered in a company register or a trade register in the country where the tenderer is established.

Documentation requirement: Norwegian companies must submit a company registration certificate issued by the Brønnøysund Register Centre.

Foreign companies: verification showing that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

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

Requirement: the tenderer must have sufficient economic and financial capacity to be able to fulfil the contract.

Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

Documentation requirement: a credit rating based on the most recent fiscal figures. The rating must be carried out by a credit rating company with licence to conduct this service.

The tax certificate must not be older than 6 months old from the deadline for submitting a request for participation in the system.

If a tenderer has a justifiable reason for not presenting the requested documentation, he can document his economic and financial capacity by presenting any other document that the contracting authority considers suitable.

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

Requirement: the tenderer must have experience from comparable assignments.

Documentation requirement: description of the tenderer's up to 3 most relevant contracts in the course of the last 3 years. The description must include specification of the assignment’s value, dates and recipients (name, telephone number and email address). The tenderer is responsible for documenting relevance through the description. The tenderer can document the experience of the personnel that may be used for this project, including experience that has been acquired while the personnel was in the service of another employer.

Requirement: tenderers must have a quality assurance system suitable for the delivery.

Documentation requirement: a description of the tenderer's quality assurance methods. If the tenderer is certified in accordance with ISO 9001 or equivalent quality assurance standards, it is sufficient to make a copy of a valid certificate.

Requirement: tenderers must have a quality assurance system that confirms the tenderer is suitable to fulfil the ethical contract terms. See the 'General Contract Terms’. This means that tenderers must have methods for quality assurance describing how the company works to comply with ethical trade in operations and in the supply chain. In order to fulfil this requirement, tenderers must fulfil four sub-requirements connected to the following conditions:

1) A system for traceability in the supplier chain;

2) Guidelines for ethical trade;

3) Communication of the guidelines for ethical trade;

4) Follow up of guidelines for ethical trade.

Documentation requirement: for description of the sub-requirements and related documentation requirements, see the attached ‘Kvalitetssikringssystem for etisk handel — delkrav’ (Quality assurance system for ethical trade — sub-requirement).

The document 'Quality Assurance System for Ethical Trade — Reply Form' is to be used as documentation of fulfilment of the requirement, see the annex.

Requirement: tenderers must have a quality assurance system suitable for the delivery.

Documentation requirement: a description of the tenderer's environmental management methods. If the tenderer's is certified in accordance with EMAS, ISO 14001, Eco-Lighthouse or equivalent environmental management systems/standards, it is sufficient to provide a copy of a valid certificate.

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 setting up of 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: 28/02/2030
Local time: 23:59
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: 03/05/2030

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: Moss tingrett
Postal address: Postboks 338
Town: Moss
Postal code: 1502
Country: Norway
E-mail: mosspost@domstol.no
Telephone: +47 69026220
Internet address: https://www.domstol.no/Enkelt-domstol/moss-tingrett/
VI.5)Date of dispatch of this notice:
31/01/2020