loading
  • NO-0204 Oslo
  • 27.02.2018
  • Ausschreibung
  • (ID 2-290425)

Open tender contest for the procurement of an inspection and maintenance contract for sprinklers and water fog installations


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.02.2018, 11:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Brandschutz
    Sprache Norwegisch
    Aufgabe
    The aim of the procurement is to ensure that the properties included in the contract have well-functioning sprinkler and water fog installations, which fulfil Oslo Municipality, the Municipal Undertaking for Social Service Building´s obligations regarding fire protection, in accordance with the current fire regulations and other relevant rules.
    Leistungsumfang
    The aim of the procurement is to ensure that the properties included in the contract have well-functioning sprinkler and water fog installations, which fulfil Oslo Municipality, the Municipal Undertaking for Social Service Building´s obligations regarding fire protection, in accordance with the current fire regulations and other relevant rules.
    Adresse des Bauherren NO-0204 Oslo
    TED Dokumenten-Nr. 36159-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Norway-Oslo: Repair and maintenance services of firefighting equipment

      2018/S 017-036159

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Oslo kommune v/ Omsorgsbygg Oslo KF
      985 987 246
      Postboks 2773 Solli
      Oslo
      0204
      Norway
      Contact person: Kristin Gjessing
      Telephone: +47 23488000
      E-mail: MjEyX2ZdZ2hdYiJbXllnZ11iWzRjVm0iY2dgYyJfY2FhaWJZImJj
      NUTS code: NO

      Internet address(es):

      Main address: http://omsorgsbygg.oslo.kommune.no/

      Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/309487

      I.2)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=202936&B=OSLO
      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=202936&B=OSLO
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local agency/office
      I.5)Main activity
      Other activity: The Municipal Undertaking for Social Service Buildings is a municipal enterprise owned by Oslo municipality to develop, build, operate, and maintain purpose-built buildings.

      Section II: Object

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

       

      Open tender contest for the procurement of an inspection and maintenance contract for sprinklers and water fog installations

       

      Reference number: 17/00956
      II.1.2)Main CPV code
      50413200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The aim of the procurement is to ensure that the properties included in the contract have well-functioning sprinkler and water fog installations, which fulfil Oslo Municipality, the Municipal Undertaking for Social Service Building´s obligations regarding fire protection, in accordance with the current fire regulations and other relevant rules.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      35111500
      44115500
      71317100
      II.2.3)Place of performance
      NUTS code: NO
      Main site or place of performance:

       

      Oslo.

       

      II.2.4)Description of the procurement:

       

      The aim of the procurement is to ensure that the properties included in the contract have well-functioning sprinkler and water fog installations, which fulfil Oslo Municipality, the Municipal Undertaking for Social Service Building´s obligations regarding fire protection, in accordance with the current fire regulations and other relevant rules.

       

      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: 14 000 000.00 NOK
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 45
      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.2.12)Information about electronic catalogues
      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:

       

      The tenderer shall have his tax and VAT payments in order.

      Documentation:

      — certificate for tax and VAT that is not more than 6 months old. The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration,

      — foreign tenderers must provide certificates from equivalent authorities to the Norwegian authorities.

      Tenderers shall require an equivalent tax certificate from all sub-suppliers when contracts are signed for an assignment with a value exceeding NOK 500 000 excluding VAT.

      1) Alternatively, tenderers registered in StartBANK can provide their StartBANK ID or send in a copy of their StartBANK certificate of registration if the documentation requested is available in StartBANK.

      The tenderer shall be a legally established company.

      Documentation:

      — Norwegian companies: Company Registration Certificate,

      — foreign companies: proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.

      2) Alternatively, tenderers registered in StartBANK can provide their StartBANK ID or send in a copy of their StartBANK certificate of registration if the documentation requested is available in StartBANK.

       

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

       

      Tenderers must have sufficient financial capacity to carry out the assignment.

      The Contracting Authority will obtain a credit rating based on the last known fiscal figures.

      Documentation:

      — the Contracting Authority will obtain a credit rating based on the last known fiscal figures,

      — the Contracting Authority reserves the right to obtain the annual accounts or other documentation if this is necessary to evaluate the requirement.

      1) Alternatively, tenderers registered in StartBANK can provide their StartBANK ID or send in a copy of their StartBANK certificate of registration if the documentation requested is available in StartBANK.

       

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

       

      Tenderers shall be a certified company at Finans Norge, in accordance with FG-910:2 for engineering design services, execution and inspections.

      Documentation: from FG Skadeteknikk (http://www.fgsikring.no/brann/slokkesystemer/Foretak/).

      The executing personnel must have a blue competence certificate from the Council for the Maintenance of Fire Extinguishing Material, alternatively a valid competence certificate from Finans Norge in accordance with FG-900:2.

      Documentation from the Council for the Maintenance of Fire Extinguishing Material (http://www.rvb.no/registre/kompetente-personer/).

      Alternative documentation from (http://www.fgsikring.no/brann/slokkesystemer/sertifiseringsordningen/).

      Tenderers must have sufficient capacity to carry out the assignment.

      Documentation:

      A statement of the tenderer's average workforce and the number of employees in the administrative management in the last three years (can be the same document as the competence matrix).

      CVs for individuals should not be submitted.

      Tenderers shall have experience from assignments of an equivalent nature, complexity and extent.

      Documentation:

      — an overview of the tenderer's most important deliveries in the last 3 years. The overview shall include the value of the work, as well as the date the work was carried out and the name of the recipient.

      CVs for individuals should not be submitted.

      Tenderers shall have a satisfactory environmental management system suited to the content of the contract. Tenderers shall document their environmental performance/procedures within the themes of purchasing, energy, waste, transport and/or emissions (only relevant themes).

      — tenderers shall present a description of the tenderer’s environmental management measures,

      — the Contracting Authority will obtain a credit rating based on the last known fiscal figures,

      — Alternative 1:

      —— if a tenderer is eco-lighthouse certified, it is sufficient to enclose the certificate,

      — Alternative 2:

      —— if the tenderer has ISO14001 certification (or equivalent), it is sufficient to enclose the certificate.

      Tenderers shall have a satisfactory quality assurance system that is relevant for this assignment.

      Documentation:

      — tenderers shall present a description of the tenderer’s quality assurance system,

      — this shall be described by enclosing documentation that refers to the general structure and frameworks for the tenderer's QA system for the services included in the contract,

      — the documentation shall at least describe the following points:

      —— the organisation’s quality policy and quality goals,

      —— the work processes and work procedures that are relevant to the contract’s content,

      —— the method for systematic updates and improvements to the work processes (periodic audit).

      Alternative 1: tenderers can submit certificates pertaining to the company’s quality management system issued by independent bodies confirming that the tenderer fulfils certain quality management standards, for example ISO 9001 or equivalent.

      1) Alternatively, tenderers registered in StartBANK can provide their StartBANK ID or send in a copy of their StartBANK certificate of registration if the documentation requested is available in StartBANK.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

       

      Tenderers shall be a certified company at Finans Norge, in accordance with FG-910:2 for engineering design services, execution and inspections.

      The executing personnel must have a blue competence certificate from the Council for the Maintenance of Fire Extinguishing Material, alternatively a valid competence certificate from Finans Norge in accordance with FG-900:2.

       

      III.2.2)Contract performance conditions:

       

      The contract shall be implemented in accordance with the Government Standard Contracts for Maintenance (SSA-V).

       

      III.2.3)Information about staff responsible for the performance of the contract

      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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 27/02/2018
      Local time: 11:00
      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: 30/05/2018
      IV.2.7)Conditions for opening of tenders
      Date: 27/02/2018
      Local time: 11:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Klagenemnda for offentlige anskaffelser
      Posboks 511 Sentrum
      Bergen
      5805
      Norway
      Telephone: +47 55193000
      E-mail: MjE0YmFlZjJdYVhTIGBh
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      23/01/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 25.01.2018
Zuletzt aktualisiert 25.01.2018
Wettbewerbs-ID 2-290425 Status Kostenpflichtig
Seitenaufrufe 53