Procurement - Smoke diver installations ÅBV, 2025

The aim of the procurement is to cover the need for smoke diving installations that shall be used for training activities in accordance with the requirement specifications. The aim of the procurement is to cover the need for smoke diving installations that shall be used for training activities in accordance …

CPV: 35000000 Security, fire-fighting, police and defence equipment, 35110000 Firefighting, rescue and safety equipment, 35111000 Firefighting equipment, 35111500 Fire suppression system, 45343000 Fire-prevention installation works, 45343200 Firefighting equipment installation work, 75251100 Firefighting services, 75251110 Fire-prevention services
Deadline:
Aug. 27, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement - Smoke diver installations ÅBV, 2025
Awarding body:
Ålesund brannvesen KF
Award number:
25/787

1. Buyer

1.1 Buyer

Official name : Ålesund brannvesen KF
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Smoke diver installations ÅBV, 2025
Description : The aim of the procurement is to cover the need for smoke diving installations that shall be used for training activities in accordance with the requirement specifications.
Procedure identifier : 9d536245-68d5-4ca5-86fc-8bd1ff79b6ab
Internal identifier : 25/787
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35110000 Firefighting, rescue and safety equipment
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111500 Fire suppression system
Additional classification ( cpv ): 45343000 Fire-prevention installation works
Additional classification ( cpv ): 45343200 Firefighting equipment installation work
Additional classification ( cpv ): 75251100 Firefighting services
Additional classification ( cpv ): 75251110 Fire-prevention services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The smoke diving installation shall be delivered to Ålesund Fire Brigade KF.

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

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 control of organised crime (EUT L 300 of 11.11.2008, p. 42)
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 with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present 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 : Procurement - Smoke diver installations ÅBV, 2025
Description : The aim of the procurement is to cover the need for smoke diving installations that shall be used for training activities in accordance with the requirement specifications.
Internal identifier : 25/787

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35110000 Firefighting, rescue and safety equipment
Additional classification ( cpv ): 35111000 Firefighting equipment
Additional classification ( cpv ): 35111500 Fire suppression system
Additional classification ( cpv ): 45343000 Fire-prevention installation works
Additional classification ( cpv ): 45343200 Firefighting equipment installation work
Additional classification ( cpv ): 75251100 Firefighting services
Additional classification ( cpv ): 75251110 Fire-prevention services
Quantity : 1

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The smoke diving installation shall be delivered to Ålesund Fire Brigade KF.

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : This requirement only applies to Norwegian tenderers. Demand:  Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order such a certificate from the Norwegian Tax Administration on behalf of their activities. Tenderers are asked to enclose the certificate in the tender. The tax certificate must not be older than six months calculated from the deadline for receipt of tenders. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Criterion : Financial ratio
Description : Demand: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no ), or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Criterion : References on specified deliveries
Description : Demand:  The tenderer, or employees at the tenderer are required to have experience from at least 1 similar assignment in the last three years. Similar assignments means the delivery of a practice facility to the fire service, with a value of minimum NOK 1,500,000 excluding VAT per assignment. Documentation requirement: Complete the annex "The Tenderer's experience" or other document with equivalent information. If another document is used, the response shall be maximum two A4 pages. The response shall not include a cover page or table of contents. Any pages after page 2 will not be evaluated. Any links etc. in the reply will not be evaluated.
Criterion : Measures for ensuring quality
Description : Demand: Tenderers shall have a good and well functioning quality management system.  Documentation requirement: A copy of a valid system certificate issued by an accredited certification body, or a brief description of the tenderer ́s system that shows that the requirement is met (maximum two A4 pages, table of contents will not be accepted).

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Weighting: The award criteria is weighted 25%.  Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Solution Description
Description : Weighting:  The award criteria is weighted 40%. Orientation: Tenderers are asked to describe their proposed solution in a uniform and understandable way. The solution description shall give the contracting authority a good basis for assessing how the system will cover the need. Particular emphasis will be put on the following points: Function description:  Description of how the system fulfils the requirements stated in the requirement specification. An account of the technical structure, capacity, flexibility and any special qualities. Usability:  A description of how the system is designed to be simple, intuitive and secure in use. Adaptation options for different user groups (novice, instructors, experienced etc.) Instruction and training materials included in the HSE: Description of how the system safeguards the security of the users. Risk reducing measures and systems that prevent injury or unwanted events Logging: A description of how the system enables registration and documentation of exercises, activities and use. Other: Other qualities or merfilling minimum requirements that provide an improved solution. The response shall be maximum 20 A4 pages. The response shall not include a cover page or table of contents. Any pages after page 20 will not be evaluated. Any links etc. in the reply will not be evaluated.  Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : Weighting:  The award criteria is weighted 30%. The award criteria consists of two (2) sub-criteria: The Guarantee sub-criterion is weighted 60% of this award criteria.  The sub-criterion Surface treatment of containers is weighted 40% of this award criteria.  Orientation: In order to give a lower climate footprint, the customer will have a system that has a good operating time and standard and asks tenderers to fill in information on the following: Warranty: - Tenderers shall state what is included and the length of the guarantee given for the product. Surface treatment of containers: - Tenderers are asked to describe what type of surface treatment the containers have undergone in order to ensure quality/lifetime and to minimise the environmental impact. Tenderers are requested to fill in the attached Excel form 'Award Criteria Environment'. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Delivery
Description : Weighting: The award criteria is weighted 5%. Orientation: Tenderers shall state a guaranteed delivery time for their tender. When determining guaranteed delivery weeks, the contract shall be signed 01.09.2025. This is a set date to provide identical and comparable prerequisites. As a result, it is not a binding date for the contracting authority. Evaluation:  This award criteria will be assessed based on the tenderer ́s description of the award criteria.  Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5

5.1.11 Procurement documents

Deadline for requesting additional information : 17/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=64481

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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 27/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 27/08/2025 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett
Information about review deadlines : In accordance with the tender documents.

8. Organisations

8.1 ORG-0001

Official name : Ålesund brannvesen KF
Registration number : 987780657
Department : Innkjøp
Postal address : Sjømannsvegen 1B
Town : Ålesund
Postcode : 6008
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Marton Leine
Telephone : +47 70 16 32 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : a8f699c4-a487-4eb4-b3c6-3eaf1f5c9aa6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/07/2025 14:45 +00:00
Notice dispatch date (eSender) : 01/07/2025 14:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00433175-2025
OJ S issue number : 125/2025
Publication date : 03/07/2025