Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Politiets fellestjenester
National registration number: 974 761 157
Postal address: Postboks 116
Town: Jaren
NUTS code:
NO NorgePostal code: 2714
Country: Norway
Contact person: Ingunn Dynna Alm
E-mail:
ingunn.dynna.alm@politiet.noTelephone: +47 61318000
Internet address(es): Main address:
http://www.politiet.no I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityPublic order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Body Bags and Plastic Sheets
Reference number: 21/5613
II.1.2)Main CPV code33922000 Cadaver transport bags
II.1.3)Type of contractSupplies
II.1.4)Short description:
Procurement of body bags and plastic sheets for the police, the Governor of Svalbard and the Norwegian Armed Forces.
The contract value is estimated to be approx. NOK 30 500 000, of which approx. NOK 22 500 000 of this estimate is for the Armed Forces' options. This is described in the contest rules, point 1.2, c.f. point 2.2, and in the Special Contract Terms.
II.1.5)Estimated total valueValue excluding VAT: 30 500 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)19520000 Plastic products
35200000 Police equipment
II.2.3)Place of performanceNUTS code: NO Norge
Main site or place of performance:
II.2.4)Description of the procurement:
Procurement of body bags and plastic sheets for the police, the Governor of Svalbard and the Norwegian Armed Forces. See the tender documentation for a further description.
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 valueValue excluding VAT: 30 500 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
The contract period will be 2 years, with an option for an extension for 1 + 1 year, so that the total possible contract length is 4 years.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Contract extension: The contract period will be 2 years, with an option for an extension for 1 + 1 year, so that the total possible contract length is 4 years.
The Armed Forces have options for an expansion of the volume. See the tender documentation for a further description.
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:
Tenderers must be registered in a company register, professional register or a trade register in the country where the tenderer
Is established.
Documentation requirement:
— Norwegian companies: Company Registration Certificate
— Foreign companies: Proof that the company is registered in a company register, professional register or a trade register in the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Documentation requirement:
Credit rating based on the most recent accounting figures. The rating must be carried out by a credit rating company with a license to conduct this service. If the tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can document his economic and financial capacity by presenting other documentation considered suitable by the contracting authority.
Minimum level(s) of standards possibly required:
Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
A. Tenderers must have experience from comparable assignments.
B. Tenderers must have a good and well-functioning quality assurance and management system for the services that will be provided.
C. Tenderers must have an environmental management system.
Minimum level(s) of standards possibly required:
Documentation requirement:
A. Description of up to three of the tenderer’s most relevant/comparable assignments in the last three years. The list must include a statement of the deliveries' value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to document relevance through the description. Tenderers can document experience by referring to the competence of the personnel that he can use for this assignment, including experience that has been acquired while the personnel carried out services for another service provider.
B. Tenderers must submit documentation of their quality assurance system and management system. The following documentation will be accepted: A certificate of the company's quality assurance system/management system, issued by independent bodies that confirm that the tenderer meets quality assurance standards in accordance with ISO 9001 or equivalent, or a description that, as a minimum, includes the company's procedures/routines for: Deviation and claims management.
Approval of sub-suppliers, and the process from receipt and registration of orders, and until delivery to the customer has taken place.
C. The tenderer must submit documentation of their environmental management system. The following documentation will be accepted: Valid attestation/certificates issued by independent bodies (e.g. ISO 14001, EMAS, Eco-Lighthouse or equivalent, or a description of the tenderer's own environmental management system. The description must as a minimum include an environmental policy and environmental goals.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 participateDate: 27/05/2021
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:Danish, English, Norwegian, Swedish
IV.2.7)Conditions for opening of tendersDate: 27/05/2021
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:20/04/2021