Procurement of play apparatuses and accompanying facilities for Glenneparken, Son

Glenneparken in Son is developing into a sustainable and inclusive recreation area. The project aims at establishing a modern playground that stimulates play, physical activity and social interaction, while harmonising with the park's natural and coastal surroundings. The entire delivery is requested to be carried out this year, preferably before …

CPV: 45000000 Roboty budowlane, 37535200 Wyposażenie placów zabaw
Termin:
8 maja 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Procurement of play apparatuses and accompanying facilities for Glenneparken, Son
Miejsce udzielenia zamówienia:
VESTBY KOMMUNE
Numer nagrody:
25/01448

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Vestby kommune
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 of play apparatuses and accompanying facilities for Glenneparken, Son
Description : Glenneparken in Son is developing into a sustainable and inclusive recreation area. The project aims at establishing a modern playground that stimulates play, physical activity and social interaction, while harmonising with the park's natural and coastal surroundings. The entire delivery is requested to be carried out this year, preferably before August 2025, right after the tender has been approved by the municipal council.
Procedure identifier : 0d083a89-865b-4062-bef9-34deb537eb95
Internal identifier : 25/01448
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement is for equipment and facilities for the playground with particular emphasis on: Varied play environments: Establish a playground that promotes physical activity, creative play and social interactions. Universal design: Ensure that all children and visitors, regardless of their functional ability, have an inclusive and positive experience. Aesthetic integration: Design a design that seamlessly merges with the park's natural landscape. Innovation: Give suppliers room to rethink. Examples of thematic areas can be: Physical activity: Creative play: Social meeting places: Conversation areas, rooms for group activities. The aim and principles aim is to create a varied, stimulating and inclusive playground at Glenneparken, Son, with a clear connection to the park's coastal natural environment. The project shall: Prioritise quality over quantity - each play apparatus and each facility shall contribute to unique playgrounds. Ensure universal design - accessibility for children and adults with different needs. Integrate aesthetically in the environment - use of materials, colours and shapes that reflect Son's maritime identity.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 37535200 Playground equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 500 000 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.
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.
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?
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.
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 : Procurement of play apparatuses and accompanying facilities for Glenneparken, Son
Description : Glenneparken in Son is developing into a sustainable and inclusive recreation area. The project aims at establishing a modern playground that stimulates play, physical activity and social interaction, while harmonising with the park's natural and coastal surroundings. The entire delivery is requested to be carried out this year, preferably before August 2025, right after the tender has been approved by the municipal council.
Internal identifier : 25/01448

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 37535200 Playground equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 90 Day

5.1.5 Value

Estimated value excluding VAT : 2 500 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total" annual turnover for the requested number of fiscal years in the notice or in the procurement documents is as follows: Minimum requirement for qualification requirements.
Use of this criterion : 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) for the required key figures are as follows: The minimum requirement for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following: Minimum requirement for qualification requirements.
Use of this criterion : 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 requirement for qualification requirements.
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
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?
Use of this criterion : Not 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not 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 : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer uses the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum requirements for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilities are as follows: Minimum requirements for qualification requirements.
Use of this criterion : 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. Minimum qualification requirements
Use of this criterion : 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: Minimum requirements for qualification requirements.
Use of this criterion : 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 : The tenderer's certificates, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate, Minimum qualification requirements.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's economic and financial capacity
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for guarantees is sufficient to meet the requirement. Documentation requirement: Credit rating equal to A (credit worthy) or better, measured by Bisnode Norway AS' AAA rating system - or an equivalent score from another reputable rating company. The rating shall be based on the last known accounting figures and it shall be carried out by a credit information company with licence to conduct this service. Recently established companies with an credit rating, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Requirement: Tenderers shall have experience from comparable contracts. Tenderers are required to have implemented environmental management measures. Tenderers shall have a good and well functioning quality assurance system. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to this contract. Documentation requirement: Services: A description of the tenderer ́s up to three most relevant assignments in the last 3 years, annex 10 - Experience Response Form shall be completed. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Maximum one page per assignment A description of the tenderer's environmental management measures. If a tenderer has certification iht. ISO 14001, EMAS or Miljøfyrtårn, or other environmental management standards based on relevant European or international standards, these can be presented as documentation. Account for the tenderer ́s quality assurance system and procedures that document that the requirement is met. If this is described in the company's quality system in accordance with, for example, ISO 9001, or equivalent third-party verified system, it is sufficient to present a valid certificate. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/253571072.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 : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 08/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 08/05/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Follo og Nordre Østfold tingrett
Organisation providing additional information about the procurement procedure : VESTBY KOMMUNE
Organisation providing offline access to the procurement documents : Vestby kommune
Organisation receiving requests to participate : Vestby kommune
Organisation processing tenders : Vestby kommune

8. Organisations

8.1 ORG-0001

Official name : VESTBY KOMMUNE
Registration number : 943485437
Postal address : Rådhusgata 1
Town : VESTBY
Postcode : 1540
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Honar Ahmed Said
Telephone : 004790955940
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Vestby kommune
Registration number : 943 485 437
Department : Prosjekt
Postal address : Rådhusgata 1
Town : Vestby
Postcode : 1540
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Honar Ahmed Said
Telephone : 90955940
Roles of this organisation :
Buyer
Group leader
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0003

Official name : Follo og Nordre Østfold tingrett
Registration number : 926725920
Town : Ski
Country : Norway
Telephone : 64 00 30 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 44a8dec8-388f-45d4-8739-203bf5ec42c3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/04/2025 12:04 +00:00
Notice dispatch date (eSender) : 04/04/2025 12:49 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00223445-2025
OJ S issue number : 68/2025
Publication date : 07/04/2025