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:
Batons and baton holders, Protective suits
Reference number: 22/24553
II.1.2)Main CPV code35200000 Police equipment
II.1.3)Type of contractSupplies
II.1.4)Short description:
Framework agreement for the procurement of batons, baton holders and protective suits for the Norwegian Police, the Norwegian Armed Forces, the Norwegian Correctional Service, the Norwegian Police Security Service and the Governor of Svalbard. The agreement includes batons, baton holders, training batons, impact cushions and protective suits.
II.1.5)Estimated total valueValue excluding VAT: 43 500 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)18143000 Protective gear
II.2.3)Place of performanceNUTS code: NO Norge
Main site or place of performance:
II.2.4)Description of the procurement:
Batons, baton holsters, training batons and impact cushions.
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 systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Extension of the contract duration; the contract will be signed with a duration of 2 years with an option to extend for 1 year + 1 year.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
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
II.2)Description
II.2.2)Additional CPV code(s)18143000 Protective gear
II.2.3)Place of performanceNUTS code: NO Norge
II.2.4)Description of the procurement: 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 systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Extension of the contract duration; the contract will be signed with a duration of 2 years with an option to extend for 1 year + 1 year.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
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:
The tenderer 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: Verification that the tenderer 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:
The tenderer 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 agency with a licence to provide such service. If a 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 documents 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. The tenderer must have experience from comparable assignments.
B. The tenderer must have a good and well-functioning quality assurance and management system for the provided services
C. The tenderer must have an established 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 description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to confirm relevance through the description. A tenderer can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another service provider.
B. The tenderer must submit documentation of the quality assurance system and management system. The following documentation will be accepted: Certificates of the tenderer’s quality assurance/quality management system issued by independent bodies confirming that the tenderer meets the quality assurance standards according to ISO 9001 or equivalent, or a description that as a minimum comprises the tenderer’s procedures/routines for: Deviation and claims management and the process from reception of bookings up until delivery to the customer.
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 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 participateDate: 03/06/2022
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: 03/06/2022
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:20/04/2022