The aim of this procurement is to enter into a framework agreement that shall cover the need for Products for the Detention Service (Blanket, Foldable mattress and Security clothing) in high-risk surroundings at police stations and in the Norwegian Correctional Service ́s security cells in prisons. The products shall ensure health, environment and safety. The framework agreement shall apply for the Norwegian Police, the Directorate of Norwegian Correctional Service and the District Governor of Svalbard. Based on previous years' procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 2.5 million excluding VAT during the contract period. Due to unforeseen events and major changes in the contracting authority ́s need, a greater need for the products may occur than a probable estimate. These conditions are estimated to increase the extent up to a total amount of NOK 3 million excluding VAT. See the tender documentation for further details.
Frist
Fristen for mottak av tilbud var 2024-05-27.
Anskaffelsen ble publisert 2024-03-27.
Kunngjøring av konkurranse (2024-03-27) Gjenstand Anskaffelsens omfang
Tittel: Products for the Detention Service
Referansenummer: 23/224666
Kort beskrivelse:
“The aim of this procurement is to enter into a framework agreement that shall cover the need for Products for the Detention Service (Blanket, Foldable...”
Kort beskrivelse
The aim of this procurement is to enter into a framework agreement that shall cover the need for Products for the Detention Service (Blanket, Foldable mattress and Security clothing) in high-risk surroundings at police stations and in the Norwegian Correctional Service ́s security cells in prisons. The products shall ensure health, environment and safety. The framework agreement shall apply for the Norwegian Police, the Directorate of Norwegian Correctional Service and the District Governor of Svalbard.
Based on previous years' procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 2.5 million excluding VAT during the contract period. Due to unforeseen events and major changes in the contracting authority ́s need, a greater need for the products may occur than a probable estimate. These conditions are estimated to increase the extent up to a total amount of NOK 3 million excluding VAT. See the tender documentation for further details.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Tepper📦
Estimert verdi eksklusive mva: 3 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The aim of this procurement is to enter into a framework agreement that shall cover the need for Products for the Detention Service (Blanket, Foldable...”
Beskrivelse av anskaffelsen
The aim of this procurement is to enter into a framework agreement that shall cover the need for Products for the Detention Service (Blanket, Foldable mattress and Security clothing) in high-risk surroundings at police stations and in the Norwegian Correctional Service ́s security cells in prisons. The products shall ensure health, environment and safety. The framework agreement shall apply for the Norwegian Police, the Directorate of Norwegian Correctional Service and the District Governor of Svalbard.
Based on previous years' procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 2.5 million excluding VAT during the contract period. Due to unforeseen events and major changes in the contracting authority ́s need, a greater need for the products may occur than a probable estimate. These conditions are estimated to increase the extent up to a total amount of NOK 3 million excluding VAT. See the tender documentation for further details.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-05-27 12:00:00 📅
Vilkår for åpning av tilbud: 2024-05-27 12:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: dansk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: svensk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: engelsk 🗣️ Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Creditworthiness: Qualification requirement:
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no...”
Liste og kort beskrivelse av utvelgelseskriterier
Creditworthiness: Qualification requirement:
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Documentation requirement:
- A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.
The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender.
If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“Requirements of the tenderer ́s quality system: Qualification requirement:
Tenderers shall have a good and well-functioning quality assurance and management...”
Liste og kort beskrivelse av vilkår
Requirements of the tenderer ́s quality system: Qualification requirement:
Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided.
Documentation requirement:
Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted:
Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent.
Or
A description that as a minimum covers the company ́s procedures/routines for:
- Handling deviations and claims.
- The process from the receipt and registration of orders until delivery to the customer.
Vis mer
Liste og kort beskrivelse av vilkår:
“Requirements of the tenderer's environmental management system.: Qualification requirement:
Tenderers shall have an environmental management...”
Liste og kort beskrivelse av vilkår
Requirements of the tenderer's environmental management system.: Qualification requirement:
Tenderers shall have an environmental management system.
Documentation requirement:
Tenderers shall submit documentation of their environmental management system.
The following documentation will be accepted:
• Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or
• A description of the tenderer's own environmental management system. The description shall as a minimum cover the environment policy.
Vis mer
Liste og kort beskrivelse av vilkår:
“Traceability in the supply chain: Qualification requirement: Tenderers shall have routines for registering and documenting their supply...”
Liste og kort beskrivelse av vilkår
Traceability in the supply chain: Qualification requirement: Tenderers shall have routines for registering and documenting their supply chains.
Documentation requirement:
If a tenderer uses sub-suppliers to fulfil this contract, the tenderer shall have a method for traceability that always gives the customer an overview of which sub-suppliers participate in the production of the product and which country it belongs.
The following documentation will be accepted:
• A description of the supply chain in accordance with Annex D traceability in the supply chain.
Utfyllende informasjon Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 064-188409 (2024-03-27)