Een bug verstoort de manier waarop URL’s in aankondigingen in de vorm van e formulieren (eForms) worden weergegeven. We proberen het probleem snel op te lossen! Ondertussen raden wij u aan de komma (of enig ander bijzonder teken) aan het einde van de URL te verwijderen. Sorry voor het ongemak.

Leveringen - 328686-2022

Submission deadline has been amended by:  446353-2022
17/06/2022    S116

Norway-Jaren: Tools

2022/S 116-328686

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Politiets fellestjenester
National registration number: 974 761 157
Postal address: Postboks 116
Town: JAREN
NUTS code: NO Norge
Postal code: 2714
Country: Norway
Contact person: Daniel Tran Huynh
E-mail: daniel.tran.huynh@politiet.no
Telephone: +47 45630140
Internet address(es):
Main address: http://www.politiet.no
I.1)Name and addresses
Official name: Politiets Sikkerhetstjeneste
National registration number: Politiets Sikkerhetstjeneste
Town: Oslo
NUTS code: NO081 Oslo
Country: Norway
E-mail: post@pst.politiet.no
Internet address(es):
Main address: https://www.pst.no
I.1)Name and addresses
Official name: Kriminalomsorgen
National registration number: Kriminalomsorgen
Town: Lillestrøm
NUTS code: NO Norge
Country: Norway
E-mail: postmottak-8005@kriminalomsorg.no
Internet address(es):
Main address: https://www.kriminalomsorgen.no
I.2)Information about joint procurement
The contract involves joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=334071&B=POLITIET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=334071&B=POLITIET
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Public order and safety

Section II: Object

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

Car accessories

Reference number: 21/25302
II.1.2)Main CPV code
44510000 Tools
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The contest is for the procurement of general car supplies/service and wearing parts, cleaning products, oil/chemicals, and tools/garage equipment, but is not limited to:

• Windscreen wipers

• Light bulbs

• Oil filters/air filters/fuel filters

• Brake parts

• Front/back wheel suspension

• Engine and exhaust parts

• Child seats

• Car batteries

• Washing and cleaning equipment

• Degreasing products

• Machine soap products

• Industrial detergents

• Heavy-duty cleaners

• Engine oils

• Gear oils/differential oils

• Automatic oils

• Brake fluid

• Anti-freeze solution

• Windscreen washing solution

• Fat/hydraulic oils

• Hand tools

• Air tools

• Jacks

• Rough tools

• Wheel tools

• Brake tools

• Special tools

• Diagnosis equipment

• Workshop materials

• Equipment for handling hazardous waste

• Other assortment

II.1.5)Estimated total value
Value excluding VAT: 24 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
09211000 Lubricating oils and lubricating agents
09211650 Brake fluids
31440000 Batteries
34322000 Brakes and brake parts
39831000 Washing preparations
39831220 Degreasing agents
42413000 Jacks and vehicle hoists
42913000 Oil, petrol and air-intake filters
II.2.3)Place of performance
NUTS code: NO Norge
Main site or place of performance:

JAREN

II.2.4)Description of the procurement:

The contest is for the procurement of general car supplies/service and wearing parts, cleaning products, oil/chemicals, and tools/garage equipment, but is not limited to:

• Windscreen wipers

• Light bulbs

• Oil filters/air filters/fuel filters

• Brake parts

• Front/back wheel suspension

• Engine and exhaust parts

• Child seats

• Car batteries

• Washing and cleaning equipment

• Degreasing products

• Machine soap products

• Industrial detergents

• Heavy-duty cleaners

• Engine oils

• Gear oils/differential oils

• Automatic oils

• Brake fluid

• Anti-freeze solution

• Windscreen washing solution

• Fat/hydraulic oils

• Hand tools

• Air tools

• Jacks

• Rough tools

• Wheel tools

• Brake tools

• Special tools

• Diagnosis equipment

• Workshop materials

• Equipment for handling hazardous waste

• Other assortment

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 24 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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: yes
Description of options:

1 year + 1 year

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:

Qualification Requirement:

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 tenderers: Company registration certificate

• Foreign tenderers: Verification that the tenderer is registered in a company register, trade 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:

Qualification Requirement:

Tenderers must have an economic and financial standing that makes it able to fulfil its contractual obligations throughout the entire contractual period. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

Documentation requirement:

- A credit rating based on the most recent financial 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.

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

Qualification Requirement:

Tenderers must have a good and well-functioning quality assurance and management system for the provided services

Documentation requirement:

Tenderers must submit documentation of the quality assurance system and management system. The following documentation will be accepted:

Certificate of the company's quality system/management system, issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent,

or

A description that, as a minimum, covers the company´s procedures/routines for:

- Dealing with deviations and claims

- The process from the receipt and registration of orders until delivery at the customer.

Qualification Requirement:

Tenderers must have an established environmental management system.

Documentation requirement:

Tenderers 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, Miljøfyrtårn or equivalent systems), 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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 participate
Date: 11/08/2022
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:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 11/11/2022
IV.2.7)Conditions for opening of tenders
Date: 11/08/2022
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Questions that are submitted between 1 - 31 July will not be answered until the first week of August. This is due to staff holidays.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
E-mail: oslo.tingrett@domstol.no
Telephone: +47 22035200
Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
VI.4.2)Body responsible for mediation procedures
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
E-mail: oslo.tingrett@domstol.no
Telephone: +47 22035200
Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Politiets fellestjenester (PFT)
Town: Jaren
Country: Norway
E-mail: post.fellestjenester@politiet.no
Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/
VI.5)Date of dispatch of this notice:
13/06/2022