Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Other
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Annual inspections of fire alarm systems, emergency lights and burglar alarms.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Bamble, Drangedal, Porsgrunn, Siljan, Skien.
NUTS code NO034
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 8 000 000 and 9 000 000 NOK
II.1.5)Short description of the contract or purchase(s)
Annual inspections of fire alarm systems, emergency lights and burglar alarms.
The tenderer shall conduct statutory annual inspections of fire alarm systems, emergency lights and
burglar alarms in municipal service buildings and houses.
Repairs and improvements as a result of registered deviations during the inspection are not included
in this contract.
Annual inspections of fire alarm systems, emergency lights and burglar alarms shall be conducted
simultaneously. The inspections shall be executed on a regular basis throughout the year.
The agreement period is 2 years with an option for an extension for 1 + 1 year.
II.1.6)Common procurement vocabulary (CPV)
31625000, 31600000, 31620000, 71630000, 71631000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Tax and VAT certificate.
Documentation requirement:
Tax and VAT — certificate RF-1316, not older than 6 months from the tender deadline, confirming that the tenderer has
paid his taxes, social security contributions
VAT. The tax certificate is to be obtained through Altinn, the Norwegian Tax Administration or the Municipal Treasurer's Office.
Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Financial implementation ability:
Tenderers will be required to have the financial ability
implement the contract.
Documentation requirements: the tenderer's complete annual accounts for the past two financial years (i.e.
income statement, balance sheet, annual report from the board of directors and auditor's report). If
If the Tenderer has a valid reason for not submitting this, the tenderer can
substantiate his economic and financial position with any document
acceptable for GKI.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Capacity:
Tenderers shall provide an overview of the company's organisation, manpower and the HR at the tenderer's disposal.
The Electrical enterprise register:
The tenderer shall be registered in the Norwegian Directorate for Civil Protection's electrical enterprise register (el-virksomhetsregisteret)
Documentation from the Electrical enterprise register shall be enclosed.
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 procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
16/03144
IV.3.2)Previous publication(s) concerning the same contract
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 participate
10.2.2017 - 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 up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
until: 10.5.2017
IV.3.8)Conditions for opening of tenders
Date: 10.2.2017 - 12:05
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
19.12.2016