Services - 286308-2023

15/05/2023    S93

Norway-Oslo: Fire-prevention services

2023/S 093-286308

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: OsloMet - storbyuniversitetet
National registration number: 997 058 925
Postal address: Postboks 4 Pilestredet 46
Town: Oslo
NUTS code: NO08 Oslo og Viken
Postal code: 0130
Country: Norway
Contact person: Morten Birkeland
E-mail: mortmo@oslomet.no
Internet address(es):
Main address: http://www.oslomet.no
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tendsign.no/doc.aspx?UniqueId=afbpjpjqui&GoTo=Docs
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=afbpjpjqui&GoTo=Tender
I.4)Type of the contracting authority
National or federal agency/office
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Fire protection services

Reference number: 23/00745
II.1.2)Main CPV code
75251110 Fire-prevention services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of the procurement is that OsloMet, in co-operation with the selected tenderer, sees to the fire safety for the Universitys employees, students and buildings.

The following is included in the framework agreement for fire protection services: Preparation of fire documentation, fire consultancy services, fire engineering design services, risk analyses, etc.

OsloMet would like to enter into separate framework agreements for fire protection equipment and fire protection services.

II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45343000 Fire-prevention installation works
45343100 Fireproofing work
45343200 Firefighting equipment installation work
45343220 Fire-extinguishers installation work
50413200 Repair and maintenance services of firefighting equipment
71317100 Fire and explosion protection and control consultancy services
75251100 Firefighting services
II.2.3)Place of performance
NUTS code: NO08 Oslo og Viken
II.2.4)Description of the procurement:

The objective of the procurement is that OsloMet, in co-operation with the selected tenderer, sees to the fire safety for the Universitys employees, students and buildings.

The following is included in the framework agreement for fire protection services: Preparation of fire documentation, fire consultancy services, fire engineering design services, risk analyses, etc.

OsloMet would like to enter into separate framework agreements for fire protection equipment and fire protection services.

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
Value excluding VAT: 3 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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

A contract will be signed with one tenderer for the assignment. The framework agreement period is 2 years. The contracting authority shall have the option to prolong the framework agreement for a further 1 + 1 year, to a maximum total period of 4 years.

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:

Qualification requirement #1: Tenderers must be legally established companies.

Documentation requirement #1: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.

Qualification requirement #2: Tenderers must have complied with their obligations related to tax and payroll tax.

Documentation requirement #2: - A certificate from the tax collector (RF-1316). The certificate must not be more than 6 months old, from the tender deadline. Any arrears and other notes must be explained. Foreign companies must submit equivalent certificates demonstrating that they have their tax a duty payments in order.

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

Qualification requirement: Tenderers must have sufficient economic and financial strength comply with the contractual obligations.

Documentation requirement: A credit rating from a publicly certified credit rating institution. The assessment must contain information regarding creditworthiness. The credit rating must not be older than six months from the tender deadline. The result must be given in the documentation as a graded value (letters or numbers) on a defined scale. Newly started companies which are unable to provide a relevant credit appraisal and/or the annual accounts, can present alternative documentation. If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial capacity with any other document that the contracting authority deems suitable.

Minimum level(s) of standards possibly required:

Creditworthiness with no requirement for guarantees will be sufficient.

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

Qualification requirement #1: Tenderers must have sufficient capacity and have a good implementation ability that demonstrates that the tenderer can fulfil the contract. Sufficient capacity means that the tenderer must be able to provide services within the scope that is outlined in the tender documentation. The tenderer and the tenderer's persons (contact person and executors) are required to have fire prevention competence.

Documentation requirement #1: A brief, general description of the business, including:

An account of the company’s business concept and core competence related to the scope of the delivery. An overview of the company’s history, organisation and ownership, as well as a description of the current business. A description of how the tenderer is organised for the execution of this contract, including a list of personnel the tenderer has at disposal for fulfilment of the contract area requested. An account of fire prevention competence (e.g., fire engineer, firefighter, or similar).

Qualification requirement #2: Tenderers must have good experience from similar deliveries, demonstrating that they can fulfil the contract. Document experience from similar contracts.

Documentation requirement #2: Overview of relevant deliveries in the last 3 years. Relevant assignments mean framework agreement deliveries that, in content and scope, are comparable with what is requested in this contest. The overview must, as a minimum, contain: - A brief description of the delivery.

Date of implementation. Scope of the contract in monetary amount. Name and telephone number of the reference person at the contracting authority. The contracting authority must have the possibility of contacting the stated contact persons.

Attach the completed annex 4 reference form.

Qualification requirement #3: Tenderers must have an environmental management system that describes how the company carries out and continuously limits its environmental impact to ensure that the tenderer is suitable for fulfilling the contract.

Documentation requirement #3: A description of the company's environmental management system, or certification from a relevant and recognised third party can also be submitted.

Qualification requirement #4: Tenderers must have the required professional qualifications/certifications. Tenderers are required to have knowledge and experience of relevant systems within internal control/MOMD.

Documentation requirement #4: A description must be given of how the tenderer complies, and will comply with relevant rules for the entire contract period. This involves, for example, requirements for development classes, certification for the right to be responsible, etc., in, e.g., the Building Application Regulations (SAK10) and the Planning and Building Act.

Other rules, as well as any changes to the rules, must also be complied with. A short description must be given of the MOMD system that the tenderer has knowledge and experience of, including the three most used systems.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open 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 participate
Date: 12/06/2023
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 tender
Tender must be valid until: 12/09/2023
IV.2.7)Conditions for opening of tenders
Date: 12/06/2023
Local time: 12:01

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: Oslo tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:
10/05/2023