Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned 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:
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 code31153000
II.1.3)Type of contractSupplies
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 valueValue excluding VAT: 3 000 000.00 NOK
II.1.6)Information about lotsThis 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 performanceNUTS 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 3 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList 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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 participateDate: 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 tenderTender must be valid until: 31/01/2019
IV.2.7)Conditions for opening of tendersDate: 26/11/2018
Local time: 12:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyForsvarsmateriell
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