Tender Details
Title

Norway – Furniture design services – Repairs and redesign of furniture and fixtures Place of performance: Norway,Anywhere in the given country Main nature of the contract: Services Official name: Asker kommune Type of procedure: Open

Country
Language
English
Organization
Published Date
01.10.2024
Deadline Date
01.11.2024
Overview
588061-2024 - Competition Competition Norway: Furniture design services Repairs and redesign of furniture and fixtures Norway, Anywhere in the given country Type of procedure: Open Buyer Buyer: Asker kommune Email: Inger-lise.berg@asker.kommune.no Norway, Asker LOT-0000: Repairs and redesign of furniture and fixtures Furniture design services Norway, Anywhere in the given country Start date: 01/12/2024 Duration end date: 30/11/2025 Deadline for receipt of tenders: 01/11/2024 - 09:00:58 (UTC) 588061-2024 - Competition Norway – Furniture design services – Repairs and redesign of furniture and fixtures OJ S 191/2024 01/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Asker kommune Email: Inger-lise.berg@asker.kommune.no Legal type of the buyer: Regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Repairs and redesign of furniture and fixtures Description: The procurement shall cover the Contracting Authority's need for repairs and redesign of furniture and fixtures. Asker municipality would like to go from linear to circular economy and an important part for achieving this is to ensure increased re-use, reduced waste and reduced Co2 emissions. The aim of the procurement is to facilitate more sustainable consumption in Asker municipality, by shifting the focus from buying new ones to taking care of what the municipality owns through redesign and repair services of furniture and fixtures. Procedure identifier: 00f051b5-3b28-4354-912b-96eb0026c6ec Internal identifier: 24/125 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79934000 Furniture design services Additional classification (cpv): 50800000 Miscellaneous repair and maintenance services, 50850000 Repair and maintenance services of furniture 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy under national law: See the national law, the relevant notice or procurement documents. 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 combating 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 the Protection of the European Communities Financial Interests (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 in such a situation is obligatory in accordance with the current national law without the possibility of 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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions. Guilty of 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: Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents, as a result of his participation in the competition? 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 in such a situation is obligatory in accordance with the current national law without the possibility of exceptions. Payment of taxes: Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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 of 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: LOT-0000 Title: Repairs and redesign of furniture and fixtures Description: The procurement shall cover the Contracting Authority's need for repairs and redesign of furniture and fixtures. Asker municipality would like to go from linear to circular economy and an important part for achieving this is to ensure increased re-use, reduced waste and reduced Co2 emissions. The aim of the procurement is to facilitate more sustainable consumption in Asker municipality, by shifting the focus from buying new ones to taking care of what the municipality owns through redesign and repair services of furniture and fixtures. Internal identifier: 24/125 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79934000 Furniture design services Additional classification (cpv): 50800000 Miscellaneous repair and maintenance services, 50850000 Repair and maintenance services of furniture 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Start date: 01/12/2024 Duration end date: 30/11/2025 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: 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. Documentation requirement: The contracting authority will obtain information itself and assess the tenderer's finances through the company and accounting information system Bisnode AS with the service RiskGuardian Suite. If a tenderer has economic and financial capacity that is not in the rating report, the tenderer shall document this. Based on this, the contracting authority will decide whether the requirement is met. Tenderers can enclose other necessary information in the tender if the tenderer believes that the Bisnode rating does not provide a correct picture of the financial situation. Foreign companies and newly established companies that have not built up a basis for credit rating must enclose a declaration from a bank or similar financial institution regarding the company's economic and financial capacity. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial capacity with any other document the Contracting Authority deems suitable. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: The tenderer ́s registration, authorisations, etc. Description: Requirement: 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 Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Experience Description: Requirement: Tenderers shall have experience from comparable contracts. Comparable assignments means similar assignments to public or private customers. Documentation requirement: A short description of the tenderer's three most relevant contracts in the course of the last three years. The description must include a statement of the assignment ́s content, scope, date, pictures of the assignment and recipients. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Weight (percentage, exact): 20 Criterion: Type: Quality Name: Quality Weight (percentage, exact): 80 5.1.11. Procurement documents Deadline for requesting additional information: 24/10/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=32115 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=32115&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Allowed Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required Deadline for receipt of tenders: 01/11/2024 09:00:58 (UTC) Deadline until which the tender must remain valid: 106 Days Information about public opening: Opening date: 01/11/2024 09:01:00 (UTC) Place: Asker 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, partly without reopening and partly with reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Ringerike, Asker og Bærum tingrett 8. Organisations 8.1. ORG-0001 Official name: Asker kommune Registration number: 920125298 Department: Anskaffelser Postal address: Postboks 353 Town: Asker Postcode: 1372 Country: Norway Contact point: Inger-Lise Berg Email: Inger-lise.berg@asker.kommune.no Telephone: 66 90 90 00 Internet address: https://www.asker.kommune.no/ Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Ringerike, Asker og Bærum tingrett Registration number: 926 725 963 Postal address: Postboks 578 Town: Sandvika Postcode: 1302 Country subdivision (NUTS): Viken (NO082) Country: Norway Email: trabpost@domstol.no Telephone: 67 57 65 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/ringerike-asker-og-barum-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 1b945034-c6e5-4cfe-806c-5c6d2c361216 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 11:43:31 (UTC) Notice dispatch date (eSender): 30/09/2024 11:57:09 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 588061-2024 OJ S issue number: 191/2024 Publication date: 01/10/2024 Czech document download: https://ted.europa.eu/cs/notice/588061-2024/pdf Danish document download: https://ted.europa.eu/da/notice/588061-2024/pdf German document download: https://ted.europa.eu/de/notice/588061-2024/pdf Greek document download: https://ted.europa.eu/el/notice/588061-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/588061-2024/pdf English document download: https://ted.europa.eu/en/notice/588061-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/588061-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/588061-2024/pdf French document download: https://ted.europa.eu/fr/notice/588061-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/588061-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/588061-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/588061-2024/pdf Italian document download: https://ted.europa.eu/it/notice/588061-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/588061-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/588061-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/588061-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/588061-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/588061-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/588061-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/588061-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/588061-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/588061-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/588061-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/588061-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Electric Power Transmission Regulation Copper Religious Furniture Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Regulation Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Repair, maintenance and associated services related to aircraft and other equipment Pictures Halogen bulbs, linear System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to marine and other equipment Furniture Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Lead Parts of furniture Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Rings, seals, bands, sticks and grout packers Repair, maintenance and associated services related to roads and other equipment Pressure-reducing, control, check or safety valves Catalogues Information systems Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Dates
UNSPSC
Nuts Awards Furniture Business cases Co financing Employment Suite Case making services Seals Securities
Regions
Europe Northern Europe Western Europe
Sectors
Furniture Services Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert