Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Forsvarsmateriell
National registration number: 916075855
Postal address: Grev Wedels plass 1
Town: Oslo
NUTS code:
NO NORGEPostal code: 0151
Country: Norway
Contact person: Solveig Ragnhild Teigen
E-mail:
soteigen@mil.noTelephone: +47 67863794
Internet address(es): Main address:
https://permalink.mercell.com/76647707.aspx I.2)Information about joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
Norway, Sweden, Denmark, Finland.
I.3)CommunicationAdditional information can be obtained from another address:
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
NCU — Nordic Combat Uniform.
II.1.2)Main CPV code35812000 Combat uniforms
II.1.3)Type of contractSupplies
II.1.4)Short description:
Soldier clothing for Norway, Sweden, Denmark and Finland. See chapters 1.1 and 1.2 in the ‘Instructions for Candidates’, which are attached.
The Contracting Authority uses Mercell Sourcing Service. To express your interest and gain access to any documents, please click on the link below or copy and paste the link into your browser. [[https://permalink.mercell.com/76647707.aspx]]. Then follow the instructions on the web page.
II.1.5)Estimated total valueValue excluding VAT: 425 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)18200000 Outerwear
18220000 Weatherproof clothing
18310000 Underwear
35811300 Military uniforms
II.2.3)Place of performanceNUTS code: NO012 Akershus
II.2.4)Description of the procurement:
See chapters 1.3, 1.4 and 1.5 in the ‘Instructions for Candidates’, which are attached.
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: 425 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
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.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The qualification criteria are presented in annex A PDT for ITC.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
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: 09/02/2018
Local time: 13:00
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:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The pre-qualification process is described in the attached document ‘Instructions for Candidates’ and its annexes.
Candidates who are not pre-qualified can appeal the decision in accordance with ITC point 5. The deadline for petitioning for a interim court order is 15 days, cf. FOSA § 10-6.
The amounts in II.1.5 and II.2.6 are estimated total maximum amounts for all four nations in individual framework agreements over 7 years. See chapter 1.5 in ITC for further information on the expected intervals.
The procurement authority intends to pre-qualify a maximum of 6 candidates for participation in the competition, based on the candidate's technical capacity as drafted in chapter 7 in Annex A PDT for ITC.
The qualification critieria are defined in PDT, annex A for ITC.
The language requirements in IV 2.4 are detailed in ITC chapter 2.6.
Candidates are encouraged to use PDT, ITC annex A for their application for candidature. This includes questions, formulas and templates for providing information in accordance with the requirements in this notice. Emphasis is put on the fact that it is the candidate's full and complete responsibility to ensure that the submitted application fulfils the requirements.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Forsvarsmateriell / Land Kontraktsavdelingen
Postal address: Postboks 800
Town: Lillehammer
Postal code: 2617
Country: Norway
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Candidates who are not pre-qualified can appeal the decision in accordance with ITC point 5. The deadline for petitioning for a interim court order is 15 days, cf. FOSA § 10-6. Appeals can be sent to Forsvarsmateriell, cf. VI 4.1).
VI.5)Date of dispatch of this notice:24/11/2017