Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
EEA 003-2020 Procurement of a 32 Metre Lift for Bergen Fire Service
Reference number: 2019/110494
II.1.2)Main CPV code34144210 Firefighting vehicles
II.1.3)Type of contractSupplies
II.1.4)Short description:
The contest is for the delivery of a hydraulic 32 metre lift for Bergen Fire Service, which is suitable for extinguishing fires and rescues.
There must also be an option for a 5 + 5 annual service and maintenance contract, including certification.
II.1.5)Estimated total valueValue excluding VAT: 666 340.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)34952000 Hydraulic-platforms hoists
II.2.3)Place of performanceNUTS code: NO051 Hordaland
II.2.4)Description of the procurement:
See the contracting authority's requirements specification.
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: 666 340.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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:
Registered in a trade register or company register.
Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in Annex XI of directive 2014/24/EU; suppliers from certain member countries can be required to fulfil other requirements in the mentioned annex.
Minimum requirements for the qualification requirements
Tenderers must be a legally established company.
Documentation: tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority will inspect the registration by using the organisation number provided in the tenderer's Mercell profile. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Financial key figures, other economic and financial requirements.
In the case of financial key figures specified in the announcement or in the procurement documents, the tenderer declares that the actual value (s) of the key figure (s) requested is as follows:
Minimum level(s) of standards possibly required:
Minimum requirements for the qualification requirements
Attach the provisional annual accounts for 2019.
Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract's value, services, risk and length.
Documentation for Norwegian tenderers: the contracting authority will check tenderers' financial situation from DIFI's eBevis, Proff Forvalt (https://forvalt.no/) and/or via information given by Creditsafe (https://www.creditsafe.com) and can obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines for how tenderers can supplement available information if they wish to do so.
Documentation for foreign tenderers: tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
1) minimum requirements for the qualification requirements;
2) the portion of the contract to be carried out by subsuppliers.
Minimum level(s) of standards possibly required:
1) Minimum requirements for the qualification requirements
Tenderers must have adequate competence and professional qualifications for managing and quality assuring the assignment. Documentation: the tenderer must attach an overview of the experience and professional qualifications hold by managerial group and/or key personnel that are responsible for the assignment.
2) The portion of the contract to be carried out by subsuppliers.
The tenderer is considering to leave the following part (percentage) of the contract to subsuppliers. Note that if a tenderer has decided to leave a part of the contract to sub-suppliers and rely on subsuppliers' capacity to carry out this part, a separate ESPD is required for such sub-suppliers, see part II, section C above.
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: 03/07/2020
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:Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 03/07/2020
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.4.1)Review bodyOfficial name: Bergen Tingrett
Postal address: Tårnplassen 2
Town: Bergen
Postal code: 5012
Country: Norway
E-mail:
bergen.tingrett@domstol.noTelephone: +47 55699700
VI.4.2)Body responsible for mediation proceduresOfficial name: Bergen Tingrett
Postal address: Tårnplassen 2
Town: Bergen
Postal code: 5012
Country: Norway
E-mail:
bergen.tingrett@domstol.noTelephone: +47 55699700
VI.5)Date of dispatch of this notice:29/05/2020