Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)Official name: FORSVARSMATERIELL [the Norwegian Defence Materiel Agency]
Postal address: Grev Wedels plass 1
Town: OSLO
Postal code: 0151
Country: Norway
For the attention of: Camilla Solsvik
E-mail: csolsvik@mil.no
Internet address(es):
General address of the contracting authority/entity: https://forsvaret.no/forsvarsmateriell
Electronic access to information: https://permalink.mercell.com/192705255.aspx
Electronic submission of tenders and requests to participate: https://permalink.mercell.com/192705255.aspx
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.4)Contract award on behalf of other contracting authorities/entitiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: The Ministry of Justice and Public Security
Postal address: Postboks 8005 Dep
Town: Oslo
Country: Norway
Official name: The Ministry of Defence
Postal address: Pb. 8126 Dep.
Town: Oslo
Country: Norway
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Prequalification to a contest for the procurement of components for electronic heat equipment for divers - 2nd notice.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code NO Norge
II.1.3)Information on framework agreementThe notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 17000000.00 and 30000000.00 NOK
Frequency and value of the contracts to be awarded: See the document: Invitation to pre-qualification for further information.
II.1.5)Short description of the contract or purchase(s):
The Norwegian Defence Materiel Agency would like to procure components, including, amongst other things, batteries, regulators, and gloves for electronic heat equipment for divers. In addition, a logistics support throughout the systems lifetime is a part of the Contract Wool underwear/vams is delivered by NDMA, and must be integrated as a part of the system. See Invitation to pre-qualification for more information.
II.1.6)Common procurement vocabulary (CPV)31440000 Batteries, 31680000 Electrical supplies and accessories, 31681400 Electrical components, 35810000 Individual equipment, 37412200 Scuba and snorkelling gear, 37412242 Diving wear, 50600000 Repair and maintenance services of security and defence materials
II.1.7)Information about subcontracting
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See the document: Invitation to pre-qualification for further information.
II.2.2)Information about optionsOptions: yes
Description of these options: The framework agreement period will be 5 years. The contracting authority will have an option to extend the framework agreement for a further 2 years. The maximum duration including options will be 7 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situationCriteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: QR1: The Candidate and supporting entities (if applicable) shall fulfil obligations relating to the payment of taxes, VAT or similar payments under the laws of Norway or the relevant State in which the Candidate is established.
DR 1 Tax certificate which is not older than 6 months calculated from the application deadline. Tax certificate means:
For Norwegian contractors:
Certificate issued by a tax collector or the Norwegian Tax Administration regarding:
o Value added tax
o Tax
o Payroll tax
For foreign contractors:
Foreign contractors must submit corresponding certificates from their countries, documenting proper fulfilment of their obligations regarding the payment of taxes and duties.
If the authorities in the relevant country do not issue such certificates, the contractor must submit a declaration which confirms that all taxes and duties are paid. The declaration must be approved and signed by the contractor's CFO/Financial Manager.
QR 2 The Candidate and supporting entities (if applicable) shall be a legally established company.
DR 2 Norwegian Candidates:
Certificate of Registration
Foreign Candidates:
Confirmation that the Candidate is registered in the Central Coordinating Register of Legal Entities or a Chamber of Commerce or trade register in the state where the Candidate is established.
QR 3 The Candidate and supporting entities (if applicable) shall have ownership that is acceptable for entering into Contract with the NDMA.
DR 3 Give an overview of:
The organization and the owner structure,
Legal standing with respect to any parent company, and
A short description of the core business.
Maximum 1 page.
III.2.2)Economic and financial abilityCriteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: QR4 The Candidate shall have economic strength to be able to fulfil the contract.
DR 4 The Candidate's financial statements, including notes with director's report and auditor's statement, from the 2022, 2021 and 2020. If the financial statements for the previous year are not completed upon expiry of the deadline for submitting request, the preliminary financial statements shall be enclosed.
Contracting Authority reserves the right to obtain a credit rating.
Where a Candidate relies on the capacities of supporting entities with regard to QR 4, the Candidate and those entities shall be jointly liable for the execution of the contract.
III.2.3)Technical and/or professional capacityCriteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
QR 5 The Candidate shall have recent and relevant experience from similar related contract performance. Similar experience can be, but not limited to programming of control systems for batteries, assembly of subsystems (subsea components and batteries) and similar.
DR 5 Submit maximum five (5) references to relevant comparable contract performance from the five (5) preceding years with information listed below:
Short description of the work performed under the relevant contract.
Purchasing company/Candidate
Time for performance of the contract.
Scope of contract performance in monetary terms.
QR 6 The Candidate shall have the capability and capacity to fulfil the contract obligations, incl CLS during the system's expected lifetime.
DR 6-1 Submit a short description of the technical and operational personnel that will be tasked to fulfil contract obligations, including their experience and qualifications that are relevant for this scope.
Maximum three (3) pages (full CVs are not requested).
DR 6-2 Describe companies' capability and capacity to fulfil contract obligations. E.g., annual work force and number of employees, production facilities and locations, and major sub-suppliers.
Maximum two (2) pages.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
QR 7 The Candidate and supporting entities that contribute to the majority of scope shall have established, implemented and maintained a Quality management system that complies with the requirements of ISO9001:2015 or similar.
DR 7 Description of Candidate and supporting entities quality assurance methods.
If the Candidate/supporting entity is certified pursuant to ISO 9001 or equivalent standards, it is sufficient to submit a copy of a valid certificate.
Maximum five (5) pages.
QR 8 The Candidate and supporting entities that contribute to the majority of scope shall have established, implemented and maintained an environmental management system.
DR 8 If the Candidate/supporting entity is certified to ISO 14001 or an equivalent standard, a copy of a valid certificate drawn up by an accreditation body attesting that Candidate's environmental management system complies with such a standard.
If the Candidate is not certified to such a standard, a description of the Candidate's environmental management system.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 1 and maximum number 6
Objective criteria for choosing the limited number of candidates: QR 5 Relevant experience
QR 6 Capability and capacity
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate16.2.2023 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upOther Norwegian
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: Oslo Tingrett [Oslo District Court]
Postal address: Postboks 2106
Town: Vika
Postal code: 0125
Country: Norway
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.1.2023