Framework agreement for equipment for smoke and chemical diving.

The framework agreement includes masks, chisels, bottles and lung machines. See the attached procurement documents for further details. The framework agreement includes masks, chisels, bottles and lung machines. See the attached procurement documents for further details.

CPV: 35000000 Sikkerheds-, brandbekæmpelses, politi- og forsvarsudstyr, 35111000 Brandbekæmpelsesudstyr, 35111100 Indåndingsapparater til brandbekæmpelse
Frist:
16. juni 2025 10:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Framework agreement for equipment for smoke and chemical diving.
Tildelende organ:
Direktoratet for samfunnssikkerhet og beredskap (DSB)
Tildelingsnummer:
2025/4923

1. Buyer

1.1 Buyer

Official name : Direktoratet for samfunnssikkerhet og beredskap (DSB)
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement for equipment for smoke and chemical diving.
Description : The framework agreement includes masks, chisels, bottles and lung machines. See the attached procurement documents for further details.
Procedure identifier : 3baa973f-5eed-442a-8a9b-7b0a4c84f339
Internal identifier : 2025/4923
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111100 Breathing apparatus for firefighting

2.1.2 Place of performance

Postal address : Erling Johannessens vei 1
Town : Fjelldal
Postcode : 9441
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information : Equipment shall be delivered to the Fire and Rescue School.

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on crime control (EUT L 300 of 11.11.2008, p. 422
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for equipment for smoke and chemical diving.
Description : The framework agreement includes masks, chisels, bottles and lung machines. See the attached procurement documents for further details.
Internal identifier : 2025/4923

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111100 Breathing apparatus for firefighting

5.1.2 Place of performance

Postal address : Erling Johannessens vei 1
Town : Fjelldal
Postcode : 9441
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information : Equipment shall be delivered to the Fire and Rescue School.

5.1.3 Estimated duration

Start date : 08/07/2025
Duration end date : 06/07/2029

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contributions and VAT. Shall be documented by a tax certificate, not older than 6 months. The requirement does not apply to foreign tenderers.
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established. Norwegian companies: Company Registration Certificate. Foreign companies: Verification that the company is registered in a company register, professional register or a commerce register in that country. the tenderer is established.
Criterion : Financial ratio
Description : Tenderers shall have sufficient economic and financial capacity to. be able to fulfil the contractual obligations. The minimum requirement for credit worthiness is rating A or equivalent. This shall be documented by a credit rating based on the last known accounting figures. The credit rating shall be carried out by a credit rating company with licence to conduct this service. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : References on specified deliveries
Description : Tenderers shall have experience with comparable deliveries. This shall be documented by a description of 3 comparable deliveries to other contracting authorities during the last 3 years. If the reference is an agreement of longer duration than the last three years, only the value for the last 3 years together shall be given. Use the attached template for replies. It is the tenderer ́s responsibility to describe deliveries in such a way that they be seen as comparable in this Competition.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a quality assurance system adapted to the delivery and the risks involved. This can be documented by a description of the tenderer ́s routines and measures for quality assurance. A separate description can be replaced by a valid certification iht. ISO 2008: 9001 or equivalent. quality assurance certifications. Use the attached template for replies.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have a system and routines for reducing the most important environmental impact of the delivery. This should include work with environmentally friendly products, reduction of health and environmentally hazardous substances and source sorting of waste. This can be done by the products/ the tenderer is/has: 1. The environmental label with an environmental label, e.g. The Swan Ecolabel/EU Ecolabel or equivalent that fulfils the requirements. 2. Have an environmental management system with valid certification or in accordance with ISO14001 and/or e.g. Miljøfyrtårn, EMAS or equivalent that fulfil the requirements. This shall document: This can be documented by: 1. Valid certificate from third party certified environmental labels. With this documentation, the tenderer shall, in addition, describe their routines and measures to maintain the requirements for the use of environmentally friendly products as mentioned in this requirement. 2. An environmental management system or environmental management standard fulfils the requirement. 3. Other documentation that shows that the tenderer has environmental management measures in order to reduce the total environmental impact of the delivery. Use the attached template for replies.

5.1.11 Procurement documents

Deadline for requesting additional information : 01/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58243

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 75 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Access to the sending and clarification of information and documentation will be assessed in accordance with PPR § 23-5.
Information about public opening :
Opening date : 16/06/2025 10:01 +00:00
Place : Tønsberg
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestfold tingrett -
Information about review deadlines : The waiting period is to be determined in accordance with the Public Procurement Regulations § 25-2.
Organisation receiving requests to participate : Direktoratet for samfunnssikkerhet og beredskap (DSB) -
Organisation processing tenders : Direktoratet for samfunnssikkerhet og beredskap (DSB) -

8. Organisations

8.1 ORG-0001

Official name : Direktoratet for samfunnssikkerhet og beredskap (DSB)
Registration number : 974760983
Department : JSI-JUR
Postal address : Rambergveien 9
Town : TØNSBERG
Postcode : 3115
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Contact point : Liv Riseth
Telephone : +47 33 41 25 00
Internet address : http://www.dsb.no/
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926 723 618
Postal address : Postboks 2013
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Telephone : 33 20 67 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 0fe3e1e1-e706-41d9-9796-2874701c0523 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 10:23 +00:00
Notice dispatch date (eSender) : 14/05/2025 10:23 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00313460-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025