Qualification phase - 2023012076 - Framework agreement for tools, workshop material, work wear, protective clothing and protective equipment with associated products and services.

Procurement of a framework agreement with one tenderer for tools, workshop material, workwear, protective clothing and protective equipment with associated products and services. Procurement of a framework agreement with one tenderer for tools, workshop material, workwear, protective clothing and protective equipment with associated products and services.

CPV: 44510000 Tools, 14810000 Abrasive products, 14811300 Grinding wheels, 18110000 Occupational clothing, 18140000 Workwear accessories, 18444000 Protective headgear, 18800000 Footwear, 18830000 Protective footwear, 30192200 Measuring tapes, 33735000 Goggles, 34312500 Gaskets, 38900000 Miscellaneous evaluation or testing instruments, 39224210 Painters' brushes, 39265000 Hooks and eyes, 39541220 Slings, 42410000 Lifting and handling equipment, 42600000 Machine tools, 42651000 Pneumatic hand tools, 42652000 Hand-held electromechanical tools, 42660000 Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment, 42662000 Welding equipment, 42670000 Parts and accessories of machine tools, 43328100 Hydraulic equipment, 43414000 Grinding machines, 43800000 Workshop equipment, 44442000 Roller bearings, 44511000 Hand tools, 44511110 Spades, 44511400 Axes, 44511500 Hand saws, 44512000 Miscellaneous hand tools, 44512930 Tool carriers, 44514000 Tool handles and tool parts, 44520000 Locks, keys and hinges, 44521000 Miscellaneous padlocks and locks, 44530000 Fasteners, 44531000 Threaded fasteners, 44531100 Wood screws, 44531510 Bolts and screws, 44531600 Nuts
Place of execution:
Qualification phase - 2023012076 - Framework agreement for tools, workshop material, work wear, protective clothing and protective equipment with associated products and services.
Awarding body:
Forsvaret v/Forsvarets logistikkorganisasjon
Award number:
2023012076

1. Buyer

1.1 Buyer

Official name : Forsvaret v/Forsvarets logistikkorganisasjon
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Qualification phase - 2023012076 - Framework agreement for tools, workshop material, work wear, protective clothing and protective equipment with associated products and services.
Description : Procurement of a framework agreement with one tenderer for tools, workshop material, workwear, protective clothing and protective equipment with associated products and services.
Procedure identifier : 0787e405-992e-490f-8ee9-64d5e7cd6a4a
Internal identifier : 2023012076
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The objective of the framework agreement is to cover the users ́ current need for tools, workshop material, workwear, protective clothing, protective equipment and the associated products and services in a quality and cost efficient way through the establishment of a framework agreement with one tenderer. It is a significant purpose for the Contracting Authority to ensure a supply-secure source of supplies for this material that can directly affect military production. The focus will also be on reduced environmental impact, optimisation and standardisation of assortment, as well as control and management of consumption and procurements through catalogue and analysis work. The framework agreement shall ensure good cooperation with a partner with good knowledge and experience with continual ability to work proactively and future orientated in accordance with the objective of the Framework Agreement. The tenderer shall, in accordance with the Framework agreement, deliver tools, workshop material, workwear, protective clothing and protective equipment and associated products within the product categories stated in Annex B point 2, as well as associated services as described in the Framework Agreement. See part II (General Contract Terms), Annex B and Annex D for further details on the extent of the framework agreement. The framework agreement ́s supplies and services shall be delivered to all of the Contracting Authority's locations nationwide. For an overview of the contracting authority ́s locations, see www.forsvaret.no.The framework agreement has an estimated value of NOK 950,000,000 excluding VAT over the maximum duration of the framework agreement including all options and a maximum value of 1,818,000,000, excluding VAT over the maximum framework agreement, including all options.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44510000 Tools
Additional classification ( cpv ): 14810000 Abrasive products
Additional classification ( cpv ): 14811300 Grinding wheels
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18444000 Protective headgear
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 30192200 Measuring tapes
Additional classification ( cpv ): 33735000 Goggles
Additional classification ( cpv ): 34312500 Gaskets
Additional classification ( cpv ): 38900000 Miscellaneous evaluation or testing instruments
Additional classification ( cpv ): 39224210 Painters' brushes
Additional classification ( cpv ): 39265000 Hooks and eyes
Additional classification ( cpv ): 39541220 Slings
Additional classification ( cpv ): 42410000 Lifting and handling equipment
Additional classification ( cpv ): 42600000 Machine tools
Additional classification ( cpv ): 42651000 Pneumatic hand tools
Additional classification ( cpv ): 42652000 Hand-held electromechanical tools
Additional classification ( cpv ): 42660000 Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment
Additional classification ( cpv ): 42662000 Welding equipment
Additional classification ( cpv ): 42670000 Parts and accessories of machine tools
Additional classification ( cpv ): 43328100 Hydraulic equipment
Additional classification ( cpv ): 43414000 Grinding machines
Additional classification ( cpv ): 43800000 Workshop equipment
Additional classification ( cpv ): 44442000 Roller bearings
Additional classification ( cpv ): 44511000 Hand tools
Additional classification ( cpv ): 44511110 Spades
Additional classification ( cpv ): 44511400 Axes
Additional classification ( cpv ): 44511500 Hand saws
Additional classification ( cpv ): 44512000 Miscellaneous hand tools
Additional classification ( cpv ): 44512930 Tool carriers
Additional classification ( cpv ): 44514000 Tool handles and tool parts
Additional classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521000 Miscellaneous padlocks and locks
Additional classification ( cpv ): 44530000 Fasteners
Additional classification ( cpv ): 44531000 Threaded fasteners
Additional classification ( cpv ): 44531100 Wood screws
Additional classification ( cpv ): 44531510 Bolts and screws
Additional classification ( cpv ): 44531600 Nuts

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 950 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Qualification phase - 2023012076 - Framework agreement for tools, workshop material, work wear, protective clothing and protective equipment with associated products and services.
Description : Procurement of a framework agreement with one tenderer for tools, workshop material, workwear, protective clothing and protective equipment with associated products and services.
Internal identifier : 2023012076

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44510000 Tools
Additional classification ( cpv ): 14810000 Abrasive products
Additional classification ( cpv ): 14811300 Grinding wheels
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18444000 Protective headgear
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 30192200 Measuring tapes
Additional classification ( cpv ): 33735000 Goggles
Additional classification ( cpv ): 34312500 Gaskets
Additional classification ( cpv ): 38900000 Miscellaneous evaluation or testing instruments
Additional classification ( cpv ): 39224210 Painters' brushes
Additional classification ( cpv ): 39265000 Hooks and eyes
Additional classification ( cpv ): 39541220 Slings
Additional classification ( cpv ): 42410000 Lifting and handling equipment
Additional classification ( cpv ): 42600000 Machine tools
Additional classification ( cpv ): 42651000 Pneumatic hand tools
Additional classification ( cpv ): 42652000 Hand-held electromechanical tools
Additional classification ( cpv ): 42660000 Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment
Additional classification ( cpv ): 42662000 Welding equipment
Additional classification ( cpv ): 42670000 Parts and accessories of machine tools
Additional classification ( cpv ): 43328100 Hydraulic equipment
Additional classification ( cpv ): 43414000 Grinding machines
Additional classification ( cpv ): 43800000 Workshop equipment
Additional classification ( cpv ): 44442000 Roller bearings
Additional classification ( cpv ): 44511000 Hand tools
Additional classification ( cpv ): 44511110 Spades
Additional classification ( cpv ): 44511400 Axes
Additional classification ( cpv ): 44511500 Hand saws
Additional classification ( cpv ): 44512000 Miscellaneous hand tools
Additional classification ( cpv ): 44512930 Tool carriers
Additional classification ( cpv ): 44514000 Tool handles and tool parts
Additional classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521000 Miscellaneous padlocks and locks
Additional classification ( cpv ): 44530000 Fasteners
Additional classification ( cpv ): 44531000 Threaded fasteners
Additional classification ( cpv ): 44531100 Wood screws
Additional classification ( cpv ): 44531510 Bolts and screws
Additional classification ( cpv ): 44531600 Nuts

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 84 Month

5.1.5 Value

Estimated value excluding VAT : 950 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification Requirement 2: Tenderers shall have sufficient economic and financial capacity to fulfil the Framework agreement. The contracting authority will i.a. assess key figures such as: - Income ratio - Degree of liquidity. - Equity ratio Documentation requirement 2: The tenderer's Annual Financial Statements (including notes with the Board's and auditor's reports) from the last 3 years. If the Annual Financial Statements for the last year are not finished before the tender deadline for this contest expires, the last year's preliminary annual accounts should also be attached.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement 4: Tenderers shall have established, adopted and maintained a quality management system that corresponds to the requirements in ISO 9001:2015 Management Systems for quality. The tenderer's quality management system shall be relevant for what the tenderer shall deliver through the scope of the contract, jf. ISO 9001:2015, 4.3 - Determine the scope of the management system for quality. Documentation requirement 4: If a tenderer is certified in accordance with ISO 9001:2015, it will be sufficient to present a copy of a valid ISO 9001:2015 certificate, with a scope that is relevant for the scope of the contract and issued by a third party accredited certification body. If the tenderer does not have a valid ISO 9001:2015 certificate, the tenderer shall submit a scope description for the applicable Quality Management System and a conformity matrix, cf. Annex 5 - Compliance Matrix, which shows consistency between the tenderer ́s management system for quality and ISO 9001:2015. The conformity matrix shall have reference to documented information (process descriptions, procedures, instructions etc.) in the tenderer ́s quality management system, with reference to the document name/number and the requirements in ISO 9001:2015. Qualification requirement 5: Tenderers shall have a system for following-up ethical trade. The system shall ensure that the tenderer is suitable for fulfilment of the contractual obligations in Annex G for ethical trade, and as a minimum shall include: - Partial requirement no. 1 – Traceability in the supplier chain: If the tenderer uses sub-supplier(s) to fulfil this framework agreement, the tenderer shall have a system to ensure traceability in the supply chain, which at any given time gives the tenderer an overview of which sub-suppliers are involved in the production and in which countries these are localised. - Sub-requirement no. 2.1 – Guidelines for Ethical Trade: Ethical Guidelines/Code of Conduct which as a minimum corresponds with the Contracting Authority's ethical requirements in Part 3 - Annex G - Ethical Requirements point 1. Partial requirements no. 2.2 - Anchoring and implementation in the supplier chain(s): If a tenderer uses sub-supplier(s) to fulfil this framework agreement, the Ethical Guidelines/Code of Conduct shall be rooted and implemented in the supplier chain(s) for the products and services that are provided over this framework agreement. Documentation Requirement 5: If the tenderer uses sub-supplier(s) to fulfil this framework agreement, the tenderer for sub-requirement no. 1 must fill in a description of the supplier chain for three selected products in part 1 Annex 3B - Qualification Requirement ethical trade. Tenderers shall, for sub-requirement no. 2.1, enclose the tenderer ́s Ethical Guidelines/Code of Conduct. The tenderer's Ethical Guidelines/Code of Conduct can be in English. In addition tenderers shall fill in the conformity matrix in part 1 Annex 3 - Qualification Requirement ethical trade. If a tenderer uses sub-supplier(s) to fulfil this framework agreement, sub-requirement no. 2.2 shall submit a declaration that the tenderer's Ethical Guidelines/Code of Conduct is anchored and implemented in the supplier chain(s) for products and services that are delivered over this framework agreement.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement 6: Tenderers shall have an implemented, documented and valid environmental management system that corresponds to the requirements in ISO 14001:2015. The system shall be connected to executive unit(s), and shall as a minimum contain: 1. Routines and structure that show how the tenderer safeguards relevant environmental considerations connected to the products that are delivered. 2. Description of the organisation and responsibility distribution of the environmental work. The tenderer's environmental management system shall be relevant for what the tenderer shall deliver through the scope of the contract. Documentation requirement 6: If a tenderer is certified in accordance with ISO 14001:2015, EMAS, Miljøfyrtårn or equivalent standards, it will be sufficient to present a copy of a valid certificate, with a scope that is relevant for the scope of the contract and which is issued by a third party accredited certification body. If the tenderer does not have a valid ISO 14001:2015, EMSA, Miljøfyrtårn or equivalent standards certificate, the tenderer shall present a scoped description of the current Environmental Management System and a description of the implemented Environmental Management System which as a minimum covers the points in the qualification requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Qualification requirement 1: Tenderers shall be registered in a company register or trade register in the country where the tenderer is established. Documentation requirement 1: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a company register or trade register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement 3: Tenderers shall have good experience from similar contracts. Similar contracts mean that the contract is similar, either the scope of the relevant framework agreement, geographical scope and/or the estimated value per annum for the relevant product area. Elements that will be further assessed are: 1. The contract ́s product and service extent, including: a) if the contracts are insulated or combined, the product areas include tools, workshop material, work wear, protective clothing and protective equipment. b) if accompanying services were provided, e.g. supplier controlled stores, measuring and scanning feet, printing a logo and name features and service and maintenance of workshop machines. 2. The geographical extent of the agreement, including: a) whether the contracts in isolation or in total have been delivered to a larger geographical area, e.g. to several parts of the country, counties or equivalent. 3. Invoiced value per annum of the contract for the relevant product area. Documentation requirement 3: An overview of the tenderer ́s up to five most relevant contracts in the last five years shall be filled in Part 1 Annex 2 Reference Form. In order to ensure sufficient competition, documentation for contracts that the tenderer has carried out more than five years ago can be considered. The contracting authority notes that the number of contracts shall only be submitted in accordance with the documentation requirement. If the number of contracts is exceeded, only the five signed contracts will be assessed at the latest. The contracts will be assessed if, after a concrete overall assessment, they are "similar agreements" based on the factors stated in the qualification requirement. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the tenderer's references.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/238769237.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 25/10/2024 10:00 +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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Forsvaret v/Forsvarets logistikkorganisasjon
Registration number : 988517860
Postal address : Lysaker Torg 45
Town : Lysaker
Postcode : 1366
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Mikael Eriksen
Telephone : 91721887
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 289b2b85-a927-4438-a28b-3c4cb17512ea - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/09/2024 07:28 +00:00
Notice dispatch date (eSender) : 23/09/2024 10:09 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00571758-2024
OJ S issue number : 186/2024
Publication date : 24/09/2024