loading
  • NO-0151 Oslo
  • 26.11.2018
  • Ausschreibung
  • (ID 2-318010)

FSP FMA IKT 2018-012 Framework Agreement for the Procurement of Rectifiers and Inverter Systems


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.11.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Technische Ausrüstung
    Sprache Norwegisch
    Aufgabe
    The objective of the procurement is to cover the defence sector's need for procurement of rectifiers and inverter systems. Rectifiers and inverter systems must be suitable for power supply to telecommunications equipment.
    The following must also be delivered: consultancy services and planning of the delivery, installation, testing and commissioning.
    Forsavarsmateriel [the Norwegian Defence Material Agency] intends to enter into a Framework Agreement with one (1) tenderer. It is anticipated that the value of the procurement will exceed the EEA threshold value and the procurement is announced on this basis on Doffin/TED.
    Leistungsumfang
    The objective of the procurement is to cover the defence sector's needs for procurement of rectifiers and inverter systems. Rectifiers and inverter systems must be suitable for power supply to telecommunications equipment.
    The following must also be delivered: consultancy services and planning of the delivery, installation, testing and commissioning.
    Forsavarsmateriel [the Norwegian Defence Material Agency] intends to enter into a Framework Agreement with one (1) tenderer. It is anticipated that the value of the procurement will exceed the EEA threshold value and the procurement is announced on this basis on Doffin/TED.
    The procurement concerns a Framework Agreement with a duration of two (2) years with an option for the Contracting Authority to extends the contract for 1 year + 1 year.
    The value of the procurement is anticipated to be between 2 000 000 NOK — 3 000 000 NOK excluding VAT. The estimates are not intended to be upper or lower limits for call-offs during the framework agreement, and do not involve any obligations regarding call-offs or purchase. The specific extent depends on the associated parties' changing needs in the contract period.
    Adresse des Bauherren NO-0151 Oslo
    TED Dokumenten-Nr. 455763-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Norway-Oslo: Rectifiers

      2018/S 200-455763

      Contract notice

      Supplies

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Forsvarsmateriell
      916075855
      Grev Wedels plass 1
      Oslo
      0151
      Norway
      Contact person: Martin Skaarer
      Telephone: +47 67862978
      E-mail: MjExYlZoYFZWZ1pnNWJeYSNjZA==
      NUTS code: NO

      Internet address(es):

      Main address: https://permalink.mercell.com/93107709.aspx

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/93107709.aspx
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/93107709.aspx
      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
      Defence

      Section II: Object

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

      FSP FMA IKT 2018-012 Framework Agreement for the Procurement of Rectifiers and Inverter Systems

      Reference number: FSP FMA IKT 2018-012
      II.1.2)Main CPV code
      31153000
      II.1.3)Type of contract
      Supplies
      II.1.4)Short description:

      The objective of the procurement is to cover the defence sector's need for procurement of rectifiers and inverter systems. Rectifiers and inverter systems must be suitable for power supply to telecommunications equipment.

      The following must also be delivered: consultancy services and planning of the delivery, installation, testing and commissioning.

      Forsavarsmateriel [the Norwegian Defence Material Agency] intends to enter into a Framework Agreement with one (1) tenderer. It is anticipated that the value of the procurement will exceed the EEA threshold value and the procurement is announced on this basis on Doffin/TED.

      II.1.5)Estimated total value
      Value excluding VAT: 3 000 000.00 NOK
      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)
      31155000
      71321000
      71316000
      71334000
      45310000
      45315100
      II.2.3)Place of performance
      NUTS code: NO
      II.2.4)Description of the procurement:

      The objective of the procurement is to cover the defence sector's needs for procurement of rectifiers and inverter systems. Rectifiers and inverter systems must be suitable for power supply to telecommunications equipment.

      The following must also be delivered: consultancy services and planning of the delivery, installation, testing and commissioning.

      Forsavarsmateriel [the Norwegian Defence Material Agency] intends to enter into a Framework Agreement with one (1) tenderer. It is anticipated that the value of the procurement will exceed the EEA threshold value and the procurement is announced on this basis on Doffin/TED.

      The procurement concerns a Framework Agreement with a duration of two (2) years with an option for the Contracting Authority to extends the contract for 1 year + 1 year.

      The value of the procurement is anticipated to be between 2 000 000 NOK — 3 000 000 NOK excluding VAT. The estimates are not intended to be upper or lower limits for call-offs during the framework agreement, and do not involve any obligations regarding call-offs or purchase. The specific extent depends on the associated parties' changing needs in the contract period.

      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: 3 000 000.00 NOK
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

      2 years fixed. Option to extend for 1 year + 1 year. This is the contracting authority's choice.

      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:

      See the tender documentation.

      Requirement: Tax and VAT certificate

      Requirement to register in Register of Business Enterprises

      Requirements for economic and financial position.

      Requirements for technical and professional qualifications.

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:
      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      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: 26/11/2018
      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: 31/01/2019
      IV.2.7)Conditions for opening of tenders
      Date: 26/11/2018
      Local time: 12:30

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Forsvarsmateriell
      Oslo
      Norway
      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:
      13/10/2018
    © 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 17.10.2018
Zuletzt aktualisiert 17.10.2018
Wettbewerbs-ID 2-318010 Status Kostenpflichtig
Seitenaufrufe 38